Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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: 1718-19-FDR-RW
II.1.2)Main CPV code
71621000
II.1.3)Type of contract
Services
II.1.4)Short description:
Sheffield Hallam University is procuring a framework for the provision of asbestos consultancy services. It is anticipated the University will call off contracts for an initial term of 3 years with further call offs to a maximum term up to 5 years. The services will involve undertaking surveys, taking, testing and analysing material samples and air monitoring. A full description of the services is included within the tender documents accompanying the ITT.
II.1.5)Estimated total value
Value excluding VAT: 1 400 000.00 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)
II.2.3)Place of performance
NUTS code: UKE32
Main site or place of performance:
Collegiate Campus and City Campus.
II.2.4)Description of the procurement:
Sheffield Hallam University is inviting tenders for the provision of asbestos consultancy services and intends to appoint at least 2 consultancy companies to this framework. Sheffield Hallam 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.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Capability/Quality/Technical / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 1 400 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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:
As stated in the tender documents.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
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
III.2.2)Contract performance conditions:
As stated in the tender documents.
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
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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: no
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: 30/04/2018
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
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 30/04/2018
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
Approximately 12 months prior to the contract expiry, including any extensions which may apply.
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Sheffield Hallam University — Legal Services
City Campus, Howard Street
Sheffield
S1 1WB
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
VI.5)Date of dispatch of this notice:
27/03/2018