Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
www.CapitaleSourcing.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
City of London surveying strategy for Asbestos (Non-Section 20)
Reference number: 15/107a/PS
II.1.2)Main CPV code
71315300
II.1.3)Type of contract
Services
II.1.4)Short description:
The City of London wish to appoint a specialist consultant for non Section 20 Asbestos Surveys, to provide support for all asbestos related services and to partner our specified removal contract, including provision of:
— management surveys,
— re-inspection surveys,
— refurbishment & Demolitions surveys,
— Asbestos sampling,
— Re-assurance air testing,
— 4 stage clearance certification,
— removal work specifications for tender by removal contractors,
— technical support a site and client meetings,
— asbestos awareness training,
— annual review of the Asbestos Management Plan.
A more descriptive overview on the services can be found in the scope of services within the document pack.
II.1.5)Estimated total value
Value excluding VAT: 900 000.00 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)
44000000
71000000
71355000
II.2.3)Place of performance
NUTS code: UKI
II.2.4)Description of the procurement:
Restricted procedure: Featuring a qualification stage and then an invitation to tender stage.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/08/2018
End: 31/07/2021
This contract is subject to renewal: yes
Description of renewals:
If performance is consistent and delivers to the requirement of the City, The City will extend the contract by a further 2 years.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The criteria the supplier questionnaire document and will be based 100 % on technical.
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
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
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
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted 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: 20/03/2018
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
High Court
Royal Courts of Justice, Strand
London
WC2A 2LL
United Kingdom
VI.5)Date of dispatch of this notice:
13/02/2018