Asbestos Removal Works Leicester 2019 – 2021
Lot 1 — Asbestos Removal Routine Works (Humberstone and Rowlatts Hill, Central).
United Kingdom-Leicester: Asbestos-removal work
2018/S 209-476344
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
City Hall (4th Floor), 115 Charles Street
Leicester
LE1 1FZ
United Kingdom
Contact person: Mrs Jigna Dhorajia
Telephone: +44 1164541182
E-mail: jigna.dhorajia@leicester.gov.uk
NUTS code: UKF21
Address of the buyer profile: https://procontract.due-north.com
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
PAN1950 — Asbestos Removal Works (Housing)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Leicester City Council’s Housing Division is responsible for the management of Asbestos containing materials in its the Council’s Housing stock. These works will include enabling and remedial works in the form of removal and replacement of electrical fixtures and fittings solely for the purpose of removing Asbestos Containing Materials (ACMs).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1 — Asbestos Removal Routine Works (Humberstone and Rowlatts Hill, Central)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
To undertake the routine asbestos removal works within the council’s housing stock (Humberstone and Rowlatts Hill, Central), which include dwellings of various types consisting of: bungalows, houses, bedsits, flats, maisonettes, tower blocks and sheltered housing schemes, etc.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Options to extend for additional period/ periods totalling no more than a further 2 years.
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 — Asbestos Removal Routine Works (Beaumont Leys, New Parks)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
To undertake the routine asbestos removal works within the council’s housing stock (Beaumont Leys, New Parks), which include dwellings of various types consisting of: bungalows, houses, bedsits, flats, maisonettes, tower blocks and sheltered housing schemes, etc.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Options to extend for additional period/ periods totalling no more than a further 2 years.
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3 — Asbestos Removal Routine Works (Saffron, Eyres Monsell and Braunstone)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
To undertake the routine asbestos removal works within the Council’s housing stock (Saffron, Eyres Monsell and Braunstone), which include dwellings of various types consisting of: bungalows, houses, bedsits, flats, maisonettes, tower blocks and sheltered housing schemes, etc.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Options to extend for additional period/ periods totalling no more than a further 2 years.
II.2.13)Information about European Union funds
II.2.1)Title:
Competed Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Suppliers successful onto Lots 1, 2 and 3; will be automatically added to Lot 4 for major projects.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
Options to extend for additional period/ periods totalling no more than a further 2 years.
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
III.2.3)Information about staff responsible for the performance of the contract
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
4 years
VI.4.1)Review body
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
In accordance with the Public Contracts Regulations 2015 (SI 102).
VI.5)Date of dispatch of this notice: