Asbestos Surveys and Removals Contracts – Cardiff
Provision of a 24-hour, 7 days a week, year round, fully comprehensive survey, analytics and removal service.
United Kingdom-Cardiff: Asbestos removal services
2020/S 215-528592
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Tolven Court, Dowlais Road
Town: Cardiff
NUTS code: UKL WALES
Postal code: CF24 5LQ
Country: United Kingdom
E-mail: procurement@effefftee.co.uk
Telephone: +44 2920468474
Internet address(es):
Main address: https://www.ccha.org.uk/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA21107
I.3)Communication
Town: Cardiff
NUTS code: UK UNITED KINGDOM
Country: United Kingdom
E-mail: procurement@effefftee.co.uk
Internet address(es):
Main address: www.effefftee.co.uk
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Asbestos Surveys and Removals Contracts
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Provision of a 24-hour, 7 days a week, year round, fully comprehensive survey, analytics and removal service in relation to asbestos identified in any of CCHA’s residential, communal and commercial sites/properties. It is anticipated that the combined annual contract value will be between GBP 100 000 and GBP 200 000, approximately GBP 800 000 over the whole duration. The Contract will cover, where applicable, the 3 200 residential properties owned by CCHA and any commercial properties.
II.1.6)Information about lots
II.2.1)Title:
Asbestos Surveys and analytical/Professional Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Generally within the boundaries of the City of Cardiff Council and surrounding areas.
II.2.4)Description of the procurement:
The appointed contractor shall be expected to provide a 24 hour, 7 days a week, year round, fully comprehensive survey and analytical/professional services in relation to asbestos where located in any of CCHA’s residential, communal and commercial sites/properties. Please refer to the tender documents for a full description.
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
II.2.14)Additional information
Please note that tenderers may apply for one or both lots. However; a tenderer will not be awarded more than one lot.
II.2.1)Title:
Asbestos Removal Services, Including all Licensed and Non-licensed
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Generally within the boundaries of the City of Cardiff Council and surrounding areas.
II.2.4)Description of the procurement:
The appointed contractor shall be expected to provide a 24 hour, 7 days a week, year round, fully comprehensive asbestos removal service where asbestos is identified in any of CCHA’s residential, communal and commercial sites/properties. Reinstatement works may also be required. Please refer to the tender documents for a full description.
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
II.2.14)Additional information
Please note that tenderers may apply for one or both lots. However; a Tenderer will not be awarded more than one lot.
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
Please refer to document 1 of the tender documentation for all relevant information on requirements relating to enrolment on professional or trade registers.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
Please refer to document 1 for all relevant requirements.
III.2.2)Contract performance conditions:
Please refer to the tender documentation for all relevant information on the contract performance conditions.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
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
October 2024.
VI.2)Information about electronic workflows
VI.3)Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of Tenderers will be based solely on the criteria set out for the procurement. The contracting authority reserves the right to cancel the procurement at any time and not to proceed with the award of all or parts of the contract at any stage of the procurement process.
Note: to register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=105209.
The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at https://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 refer to the tender documentation for details on the community benefit clauses (WA Ref:105209).
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
Postal address: Royal Courts of Justice, The Strand
Town: London
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Postal address: The Strand
Town: London
Postal code: W2 2LL
Country: United Kingdom
VI.4.3)Review procedure
The contracting authority shall comply with the requirements of the Public Contracts Regulations 2015 when notifying economic operators of the outcome of this procurement.
VI.4.4)Service from which information about the review procedure may be obtained
Postal address: 70 Whitehall
Town: London
Postal code: SW1A 2AS
Country: United Kingdom
VI.5)Date of dispatch of this notice: