Framework Contract for Asbestos Surveying and Removal
Asbestos Surveying, Removal/Remediation and Compliance Air Monitoring. London Borough of Ealing.
United Kingdom-London: Asbestos-removal work
2014/S 098-170603
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Ealing
Strategic Procurement, 3rd Floor Perceval House, 14-16 Uxbridge Road, Ealing
For the attention of: Mrs Kantie Gill
W5 2HL London
UNITED KINGDOM
Telephone: +44 2088259208
E-mail: gillk@ealing.gov.uk
Internet address(es):
General address of the contracting authority: http://www.ealing.gov.uk
Address of the buyer profile: http://www.londontenders.org
Further information can be obtained from: London Borough of Ealing
This contract is being run through London Tenders Portal. All documentation relating to this contract will be available online in the Portal. All expressions of interest, clarifications PQQ and tender submissions must be submitted via the portal. You will need to register at http://www.londontenders.org/ and express an interest in this opportunity. You will then be able to access all documents.
Ealing
UNITED KINGDOM
Internet address: http://www.londontenders.org/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: London Borugh of Ealing
This contract is being run through London Tenders Portal. All documentation relating to this contract will be available online in the Portal. All expressions of interest, clarifications PQQ and tender submissions must be submitted via the portal. You will need to register at http://www.londontenders.org/ and express an interest in this opportunity. You will then be able to access all documents.
UNITED KINGDOM
Internet address: http://www.londontenders.org/
Tenders or requests to participate must be sent to: London Borough of Ealing
This contract is being run through London Tenders Portal. All documentation relating to this contract will be available online in the Portal. All expressions of interest, clarifications PQQ and tender submissions must be submitted via the portal. You will need to register at http://www.londontenders.org/ and express an interest in this opportunity. You will then be able to access all documents
UNITED KINGDOM
Internet address: http://www.londontenders.org/
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
Execution
Main site or location of works, place of delivery or of performance: London Borough of Ealing, London Borough of Hounslow, Hounslow ALMO Homes, London Borough of Harrow. The framework agreement will be accessible to all LCSG contracting authorities should they wish to use it. A full list of contracting authorities can be found at http://www.lcsg.org/site/memorg.htm
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 40
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Lot 1 Asbestos Surveying – Management, Refurbishment and Surveys, Re-Inspection Surveys, Sample Analysis and any bespoke requirements.
Lot 2 Asbestos Removal/Remediation Works.
Lot 3 Compliance Air Monitoring, Reassurance Monitoring and Enclosure Clearances.
The Council is seeking to make this Framework available to all Ealing Borough Council Departments for work directly accountable to the Ealing Estate/Portfolio. Also to the London Borough of Hounslow and ALMO Hounslow Homes and the London Borough of Harrow via access agreements between Ealing Borough Council and these Councils.
Use of Contract by other Borough Councils:
Ealing will make this Contract available to members of the London Contracts & Supplies Group (LCSG) to call off from via local access agreements should they wish to use it. A full list of contracting authorities can be found at http://www.lcsg.org/site/memorg.htm
Third Party Contractor co-operation:
From time to time framework users will require contractors appointed via this Framework to work alongside third party contractors also appointed by framework users for works to properties where asbestos may be present and also to work alongside contractors appointed to other lots of this Framework.
Third party contractors will not be able to instruct or call off this Framework for any works.
Scope of Works:
The Framework will cover for the provision of asbestos repair/encapsulation, removal and survey works and /compliance air monitoring services necessary for the Council to safely and effectively manage asbestos within its building stock.
The Council building stock is of a varied age, size & condition and includes but is not limited to the following property types/uses:
— Offices;
— Educational premises;
— Leisure Centres;
— Residential homes;
— Day centres;
— Depots;
— Shop units;
— Social Housing stock;
— Community Centres.
The Council’s priorities in addressing the risks from asbestos include:
— Undertaking appropriate surveys to identify the presence, the volume, the condition and risk of Asbestos Containing Materials (ACMs) in its premises and to determine the location of asbestos products prior to refurbishment or to assist in the expedition of the Council’s management plan.
— Undertaking reactive repairs / removal because of damage.
— Undertaking reactive repairs / removal because of other work.
— Undertaking removal because of refurbishment projects.
— Undertake appropriate compliance and reassurance air monitoring of all instances where the known risk of disturbing asbestos exists.
Typical Projects include:
— Environmental cleans – Where asbestos debris is required to be cleaned following either poor previous work or due to damaged components in all types of properties.
II.1.6)Common procurement vocabulary (CPV)
45262660, 90650000, 79311300, 71630000
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:
Refer to the short description for details. Ealing Council will make this contract available to other boroughs to call off from via local access agreements. Where other boroughs are calling off the framework there may be local variations to the call off arrangements. Individual estimated spend for contracting authorities that have expressed an interest including London Borough of Ealing ranges from 400 000 GBP to 1 700 000 GBP covering individual projects in all three lots over the period of the framework although expenditure cannot be guaranteed. Projects can range from low value projects to higher value projects based on project requirements. The estimated value range of 46 000 000 GBP and 58 000 000 GBP is the total value for the duration of the framework should all LCSG contracting authorities use the framework. However, at the moment only the stated named boroughs have confirmed their interest in this framework.
LCSG is a collaborative group comprising several Contracting Authorities that are based in and around London. It currently has approximately 70 Contracting Authorities listed as LCSG member organisations, of which the London Borough of Ealing is one. For LCSG member details and more information on the LCSG please visit the following website at http://www.lcsg.org/site/memorg.htm
There is no warranty or guarantee that the contracting authorities named above, or such other LCSG contracting authorities listed athttp://www.lcsg.org/site/memorg.htm will contract with the successful economic entities.
Although the number of participants to the framework agreement is envisaged to be 40, all participants who pass the minimum Pass threshold as will be specified in the tender submission stage documents will be entered onto each Lot of the framework.
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Asbestos SurveyingManagement, Refurbishment and Surveys, Re-Inspection Surveys, Sample Analysis and any bespoke requirements
1)Short description
2)Common procurement vocabulary (CPV)
79311300, 45262660, 90650000, 71630000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 150 000 and 420 000 GBP
Lot No: 2 Lot title: Asbestos Removal/Remediation Works
1)Short description
Undertaking reactive repairs / removal because of other work.
Undertaking removal because of refurbishment projects.
2)Common procurement vocabulary (CPV)
45262660, 90650000, 79311300, 71630000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 150 000 and 940 000 GBP
Lot No: 3 Lot title: Compliance Air Monitoring Reassurance Monitoring and Enclosure Clearances
1)Short description
2)Common procurement vocabulary (CPV)
71630000, 45262660, 90650000, 79311300
3)Quantity or scope
Estimated value excluding VAT:
Range: between 30 000 and 360 000 GBP
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: The form of call off contract will be the JCT Measured Term Contract incorporating the Contracting Authorities project specific amendments and with minor local variations notified at the time of mini competition.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Further details on the relevant requirements are set out in the Pre-Qualification Questionnaire (PQQ) which candidates will be required to complete and submit.
III.2.2)Economic and financial ability
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(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 three 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 of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Further details on the relevant requirements are set out in the Pre-Qualification Questionnaire (PQQ) which candidates will be required to complete and submit.
Minimum level(s) of standards possibly required: We have set a minimum turnover for each Lot that we feel is appropriate for a supplier to have in order to deliver our requirements. If your company turnover is below the threshold deemed necessary, the questionnaire may be rejected whilst also taking into account the rest of your submitted financial information.
If you do not hold the levels of insurance indicated in the PQQ document and are not prepared to increase your insurance to the levels we require if you are awarded a contract your questionnaire will be rejected.
III.2.3)Technical capacity
(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;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Minimum level(s) of standards possibly required:
Applicants will be required to be members of Professional Trade Bodies and to demonstrate that staff and subcontractors are qualified and competent and receive appropriated training and development.
Further details on the relevant requirements are set out in the Pre-Qualification Questionnaire (PQQ) which candidates will be required to complete and submit.
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
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Note: Closing date for completed PQQ submissions is 27.6.2014 16.00 hrs.
Closing date for clarification questions is 13.6.2014 16.00 hrs.
VI.5)Date of dispatch of this notice: