Asbestos Services Tender for Homes England
Our Asbestos services in buildings and structures Framework will be used to procure services related to the identification, management and removal of Asbestos in buildings on land that we own.
United Kingdom-Bedford: Architectural, construction, engineering and inspection services
2018/S 187-422878
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Woodlands, Manton Lane
Bedford
MK41 7LW
United Kingdom
E-mail: asbestos@homesengland.gov.uk
NUTS code: UK
Address of the buyer profile: https://www.gov.uk/government/organisations/homes-england
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Homes England Asbestos Services in Buildings and Structures Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Our Asbestos services in buildings and structures framework will be used to procure services related to the identification, management and removal of Asbestos in buildings on land that we own. The services procured through this framework will enable the preparation of public sector land for disposals to developers in order to build homes.
Any organisation, or consortium, can apply to be a supplier if they can deliver all of the required services across England. Those considering submitting a tender should look carefully at the scope of services.
We are also in the process of procuring a range of other technical and professional services frameworks to enable us to support our activities.
Our framework is for 4 years and it envisaged that there will be 5 suppliers. Individual appointments will either be via direct award or further competition.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
Our Asbestos services in buildings and structures framework will used by Homes England and also be made available to other public bodies as part of Homes England’s enabling role which include central government departments and their arm’s length bodies and agencies, non departmental public bodies, NHS bodies, local authorities, registered providers, health, police, fire and rescue, education, charities and devolved administrations.
Refer to our procurement documentation for further details.
II.2.5)Award criteria
II.2.6)Estimated value
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
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Refer to our procurement documentation.
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.2.1)Previous publication concerning this procedure
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
2022.
VI.2)Information about electronic workflows
VI.3)Additional information:
The opportunity can be accessed via Home England’s e-Tendering system. Tenderers wishing to be considered for this contract must register their expression of interest and submit a tender through our e-Tendering system. If not already registered, candidates should register at https://procontract.due-north.com/Login
All discussions, meetings, and communications will be conducted in English.
The contract will be subject to English law. Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP.
This procurement and award are subject to the transparency arrangements being adopted by the UK Government. These arrangements include the publication of tender documentation issued by Homes England and our contract with the supplier.
Bidders should highlight any areas they consider commercially sensitive in order for Homes England to be able to honour our transparency obligations without undermining the bidder’s commercial interests.
Candidates are advised that Homes England is subject to the freedom of information Act 2000 (“The Act”). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. Homes England shall take such statements into consideration in the event that it receives a request pursuant to the act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response.
Homes England takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences, including anyone wishing to undertake business or engage with Homes England.
Please refer to our anti-bribery and corruption policy by visiting https://www.gov.uk/government/publications/anti-bribery-and-corruption-policy for further information.
Homes England (the trading name adopted by the Homes and Communities Agency) is committed to protecting the privacy and security of your personal data. Details can be found at https://www.gov.uk/government/organisations/homes-england/about/personal-information-charter
All dates in this notice are indicative and may be amended.
The NUTS code included in this notice is “UK”. However, the services will only be procured in England.
VI.4.1)Review body
St George’s House, Kingsway, Team Valley
Gateshead
NE11 0NA
United Kingdom
VI.4.3)Review procedure
The Contracting Authority will incorporate a minimum of 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to consider the decision and highlight any errors in the award process. Such appeals should be addressed to the contact in I.1. If an appeal regarding the award of a contract has not been successfully resolved, public contracts Regulations 2006 (SI 2006 nº 5) and any amendments thereon provide for aggrieved parties to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and the intention to take action brought to the attention of the contracting authority to enable suspension of award proceedings.
VI.5)Date of dispatch of this notice: