Asbestos Management Surveys West Midlands
The purpose of the engagement initially will be to carry out ‘1-off’: Asbestos Management Surveys;
Asbestos Refurbishment Surveys; Asbestos Targeted Refurbishment and Management Surveys.
United Kingdom-Solihull: Technical testing, analysis and consultancy services
2015/S 237-430585
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
WM Housing Group
4040 Lakeside, Birmingham Business Park
For the attention of: Paul Heffernan
B37 7YN Solihull
UNITED KINGDOM
E-mail: paul.heffernan@wmhousing.co.uk
Further information can be obtained from: WM Housing Group
4040 Lakeside, Birmingham Business Park
Contact point(s): Procurement Team
For the attention of: Paul Heffernan
B37 7YN Solihull
UNITED KINGDOM
E-mail: paul.heffernan@wmhousing.co.uk
Internet address: https://in-tendhost.co.uk/wmhousing/aspx/Tenders/Current
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: WM Housing Group
4040 Lakeside, Birmingham Business Park
For the attention of: Paul Heffernan
B37 7YN Solihull
UNITED KINGDOM
E-mail: paul.heffernan@wmhousing.co.uk
Internet address: https://in-tendhost.co.uk/wmhousing/aspx/Tenders/Current
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: — Lot 1: Herefordshire and Worcestershire;
— Lot 2: Coventry;
— Lot 3: Birmingham and Coventry.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
The purpose of the engagement initially will be to carry out ‘1-off’:
— Asbestos Management Surveys;
— Asbestos Refurbishment Surveys;
— Asbestos Targeted Refurbishment and Management Surveys;
— 1-off sampling and analysis;
— Sample analysis of samples provided by internal competent persons.
The contract relates to the common and circulation areas of residential blocks of flats and within individual dwellings where elemental renewals and re-inspection of asbestos are taking place across Birmingham, Coventry, Worcester and Hereford.
WM Housing Group currently have a need for surveys and removals across the group these surveys and removals will be broken down into lots based on geographical areas including Birmingham, Solihull, Coventry, Worcestershire and Herefordshire.
— Lot 1: Kemble (Herefordshire) and Nexus (Worcestershire);
— Lot 2: Whitefriars (Coventry);
— Lot 3: Optima and Family (Birmingham/Solihull).
II.1.6)Common procurement vocabulary (CPV)
71600000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Information about lots
Lot No: 1 Lot title: 2015/337 WMHG Asbestos Surveying Services
1)Short description
2)Common procurement vocabulary (CPV)
71600000
3)Quantity or scope
5)Additional information about lots
Lot No: 2 Lot title: 2015/337 WMHG Asbestos Surveying Services
1)Short description
2)Common procurement vocabulary (CPV)
71600000
3)Quantity or scope
5)Additional information about lots
Lot No: 3 Lot title: 2015/337 WMHG Asbestos Surveying Services
1)Short description
2)Common procurement vocabulary (CPV)
71600000
3)Quantity or scope
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
Description of particular conditions: Applicants must meet the requirements set out in the Tender Documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Applicants must comply with the requirements as detailed in the ITT document.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 20
2. Pricing. Weighting 80
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: