Asbestos Services for Cheltenham Borough Council
Asbestos Services including, but not limited to consultancy, surveying, sample analysis, air testing, asbestos removal and associated remedial works for residential properties. Note: This opportunity is split into 2 Lots.
United Kingdom-Cheltenham: Asbestos removal services
2014/S 224-396226
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Cheltenham Borough Council
Municipal Offices, Promenade
Contact point(s): Cheltenham Borough Homes
For the attention of: Julian Denslow
GL50 9SA Cheltenham
UNITED KINGDOM
Telephone: +44 1242774634
E-mail: julian.denslow@cheltborohomes.org
Internet address(es):
General address of the contracting authority: www.cheltenham.gov.uk
Electronic access to information: https:/delta-esourcing.com/tenders/UK-title/XXXXX
Electronic submission of tenders and requests to participate: https:/delta-esourcing.com/respond/XXXXX
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: The above mentioned contact point(s)
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
NUTS code UKK13
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
90650000, 45262660
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:
Estimated value excluding VAT: 425 000 GBP
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Asbestos (Surveying) Services
1)Short description
2)Common procurement vocabulary (CPV)
90650000, 45262660
3)Quantity or scope
Estimated value excluding VAT:
Range: between 75 000 and 105 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2Lot title: Asbestos (Removal) Services
1)Short description
2)Common procurement vocabulary (CPV)
45262660, 90650000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 225 000 and 320 000 GBP
4)Indication about different date for duration of contract or starting/completion
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.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As detailed within the pre-qualification questionnaire and tender documents. All works are to be undertaken by UKAS accredited Company with all operatives appropriately qualified in respect of asbestos works. All services to be undertaken in accordance with and to comply with the Control of Asbestos Regulations 2012 and associated Health and Safety Legislation.
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Applicants will be required to complete a pre-qualification questionnaire (PQQ) and comply with the requirements detailed therein. The PQQ will be available via www.delta-esourcing.com with access code 2DW2AC9E6V for LOT 1 & 28CGJ3V2HD for LOT 2. It will include but not be limited to the below evaluation criteria.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
Applicants will be required to complete a pre-qualification questionnaire (PQQ) and comply with the requirements detailed therein. The PQQ will be available via www.delta-esourcing.com with access code 2DW2AC9E6V for LOT 1 & 28CGJ3V2HD for LOT 2. It will include but not be limited to the below evaluation criteria.
Minimum level(s) of standards possibly required: Minimum level(s) of standards possibly required: 10 000 000 GBP Employers Liability Insurance. 5 000 000 GBP Public and Product Liability Insurance. 5 000 000 GBP Professional Indemnity Insurance.
III.2.3)Technical capacity
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct.
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work.
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities.
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Applicants will be required to complete a pre-qualification questionnaire (PQQ) and comply with the requirements detailed therein. The PQQ will be available via www.delta-esourcing.com with access code 2DW2AC9E6V for LOT 1 & 28CGJ3V2HD for LOT 2. It will include but not be limited to the above and below requirements.
Minimum level(s) of standards possibly required:
The company must be UKAS accredited to ISO/IEC 17020, ISO9001, HSE Asbestos Licencing Unit (LOT2), and all surveyors P402 / S301 qualified and removal operatives CAT B & CAT C (LOT 2) to provide the required services. Laboratories must be UKAS accredited with ISO/IEC 17025, Asbestos in Materials Scheme (AIMS). CBH expects all of our contracted suppliers, providers, partners, contractors and other third parties to share its commitment to promoting equality and diversity.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Control of Asbestos Regulations 2012 or as subsequently updated.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Envisiged maximum and minimum for each Lot following evaluation of pre-tender qualification questionnaires.
IV.2.1)Award criteria
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
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.3)Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=114682310
GO Reference: GO-20141118-PRO-6168678.
VI.4.1)Body responsible for appeal procedures
Cheltenham Borough Council
Municipal Offices, Promenade
GL50 9SA Cheltenham
UNITED KINGDOM
E-mail: david.baker@gosharedservices.org.uk
Telephone: +44 1242775055
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: