Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://in-tendhost.co.uk/lancaster/aspx/Home
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Education
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Asbestos Consultancy Services.
Reference number: SP/17/843
II.1.2)Main CPV code
71621000
II.1.3)Type of contract
Services
II.1.4)Short description:
Lancaster University is inviting tenders for the provision of asbestos consultancy services and intends to appoint a single consultancy firm to undertake this contract.
Further information can be found within the procurement documentation at https://in-tendhost.co.uk/lancaster/aspx/Home.
Please note, the University is closed from 13th to 19th April (inclusive), so please make sure any queries are sent in plenty of time for the University to respond.
II.1.5)Estimated total value
Value excluding VAT: 600 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71317210
II.2.3)Place of performance
NUTS code: UKD
Main site or place of performance:
Lancaster University Campus.
II.2.4)Description of the procurement:
Lancaster University is inviting tenders for the provision of asbestos consultancy services and intends to appoint a single consultancy firm to undertake this contract.
Lancaster University has numerous buildings containing asbestos and as such a consultant is required to assist with the management of asbestos on site in numerous ways. The successful consultant would be required to carry out surveys and analytical services, as well as providing assistance on certain projects, such as brief writing or managing contractors.
Further information can be found within the procurement documentation at https://in-tendhost.co.uk/lancaster/aspx/Home.
Please note, the University is closed from 13th to 19th April (inclusive), so please make sure any queries are sent in plenty of time for the University to respond.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Resources and Expertise / Weighting: 20
Quality criterion - Name: Service Delivery / Weighting: 40
Cost criterion - Name: Financial Criteria / Weighting: 40
II.2.6)Estimated value
Value excluding VAT: 600 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/06/2017
End: 31/05/2022
This contract is subject to renewal: yes
Description of renewals:
Renewed at the end of the contract through retender.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.1.2)Economic and financial standing
List and brief description of selection criteria:
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 25/04/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 25/04/2017
Local time: 12:00
Place:
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
University Secretary, Lancaster University
Bailrigg Campus
Lancaster
LA1 4YW
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
University Secretary, Lancaster University
Bailrigg Campus
Lancaster
LA1 4YW
United Kingdom
VI.5)Date of dispatch of this notice:
23/03/2017