Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Shropshire Council
Shirehall, Abbey Foregate
For the attention of: Nigel Denton, Procurement Manager
SY2 6ND Shrewsbury
UNITED KINGDOM
Telephone: +44 1743252993
E-mail: procurement@shropshire.gov.uk
Fax: +44 1743255901
Internet address(es):
General address of the contracting authority: www.Shropshire.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
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: Democratic Services Manager, Shropshire Council
Shirehall, Abbey Foregate
For the attention of: Democratic Services Manager, Legal & Democratic Services
SY2 6ND Shrewsbury
UNITED KINGDOM
Telephone: +44 1743252993
Fax: +44 1743255901
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
IMC 032 – Framework of licensed asbestos contractors.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 16: Sewage and refuse disposal services; sanitation and similar services
Main site or location of works, place of delivery or of performance: Shropshire.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 8
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 200 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
Shropshire Council wishes to set up a framework of Licensed Asbestos Contractors for the removal, encapsulation and enclosure of asbestos containing materials, from buildings which the Council has control over, typically schools, libraries, offices, fire stations, workshops and care homes, located throughout Shropshire.
The licensed asbestos contractor shall hold a valid 3-year full licence for work with asbestos insulation, asbestos coatings and asbestos insulating board, issued under The Control of Asbestos Regulations 2006 or EU Equivalent.
A maximum of eight contractors will be selected to form the framework.
The Contract will be for a period of up to 4 years commencing on 1 June 2012.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
See tender documents.
Estimated value excluding VAT: 200 000,00 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.6.2012. Completion 31.5.2016
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
See tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and severable liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
See tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: See III.2.3 above.
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IMC 032
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 16.3.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
19.3.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 4 years
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authorities will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Additional information should be requested from the contact in Section 1.1. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (S1 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England and Wales).