Asbestos Removal Contract – Isle of Anglesey County Council – 8 Lots
The contract will be split into 8 different lots in 4 different geographical locations.
United Kingdom-Llangefni: Asbestos removal services
2017/S 025-044053
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Council Offices, Anglesey
Llangefni
LL77 7TW
United Kingdom
Telephone: +44 1248752174
E-mail: htxfi@ynysmon.gov.uk
NUTS code: UKL11
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0369
I.1)Name and addresses
PO Box 206
Bangor
LL57 9DS
United Kingdom
Telephone: +44 3001238084
E-mail: caffael@ccgwynedd.org.uk
NUTS code: UKL12
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0001
I.1)Name and addresses
Plas Blodwel, Broad Street
Llandudno Junction
LL31 9HL
United Kingdom
Telephone: +44 1492572727
E-mail: Customer.Services@nwha.org.uk
Fax: +44 1492572202
NUTS code: UKL13
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0905
I.2)Joint procurement
Cartrefi Cymunedol Gwynedd (CCG).
North Wales Housing (NWH).
Any Housing Association based within North Wales.
Any Local Authority Based within North Wales.
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Asbestos Removal and Surveying.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Asbestos Surveying and Removal services. The contract will be split into 8 different lots in 4 different geographical locations. It is envisaged that each lot will have up to 3 contractors. Supplies may bid for 1, any or all lots.
If a supplier has been commissioned to do the surveying work on a lot, they will not then be allowed to the removal work.
II.1.5)Estimated total value
II.1.6)Information about lots
A tenderer may place first on a ‘removal’ lot and the ‘surveying’ lot in a geographical area, but will no be allowed to do the surveying and removal works for the same job.
II.2.1)Title:
Asbestos Surveying Isle of Anglesey
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Asbestos surveying at Commercial and Domestic properties on the Isle of Anglesey.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2+1+1.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Removal Isle of Anglesey
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Asbestos removal works at Commercial and Domestic Properties on the Isle of Anglesey.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2+1+1 (Years).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Surveying Gwynedd
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Asbestos Surveying at domestic properties in Gwynedd.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2+1+1 (Years).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Removal Gwynedd
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Asbestos Removal at Domestic properties in Gwynedd.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2+1+1 (Years).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Surveying Conwy and Denbighshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Asbestos Surveying in domestic properties in Conwy and Denbighshire.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2+1+1 Years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Removal Conwy and Denbighshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Asbestos Removal in domestic properties in Conwy and Denbisghire.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2+1+1 (Years).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Surveying Flintshire and Wrexham
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Asbestos Surveying at domestic properties in Flintshire and Wrexham.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2+1+1 (Years).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Asbestos Removal Flintshire and Wrexham
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Asbestos Removal in domestic properties in Flintshire and Wrexham.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2+1+1 (Years).
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=62369.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Please see Technical and Commercial Questionnaire for details of Community Benefits.
(WA Ref:62369)
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
Council Offices, Llangefni
Anglesey
LL77 7TW
United Kingdom
Telephone: +44 1248752174Internet address:www.anglesey.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Asbestos Management Consultancy Services Southampton
Asbestos Consultancy Services Manchester
Asbestos Abatement Framework Sheffield
Asbestos Consultancy Services Framework