Section II: Object
II.1)Scope of the procurement
II.1.2)Main CPV code
90650000
II.1.3)Type of contract
Works
II.1.4)Short description:
To carry out asbestos surveys, identification, evaluation, air monitoring, removal and remedial works as necessary, in line with 'The Control of Asbestos Regulations 2012'.
To procure and appoint providers of Asbestos Services to all properties within the newly formed Clarion Housing Group. The works will be split in to the following Lots:
Lot 1 — Asbestos Surveying and Air Monitoring North London.
Lot 2 — Asbestos Surveying and Air Monitoring South London and the South of England.
Lot 3 — Asbestos Surveying and Air Monitoring North, East and South West England.
Lot 4 — Asbestos Removal and Remedial Work North London.
Lot 5 — Asbestos Removal and Remedial Work South London and the South of England.
Lot 6 — Asbestos Removal and Remedial Work North, East and South West England.
II.1.5)Estimated total value
Value excluding VAT: 18 700 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 3
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Tenders may only be submitted for either Surveying and Air Monitoring (Lots 1, 2 and 3) or Asbestos Removal and Remedial Work (Lots 4, 5 & 6).
II.2)Description
II.2.1)Title:
Lot 1 — Asbestos Surveying and Air Monitoring North London
Lot No: 1
II.2.2)Additional CPV code(s)
71315300
II.2.3)Place of performance
NUTS code: UKI5
NUTS code: UKI7
Main site or place of performance:
Outer London – East and North East,Outer London – West and North West.
II.2.4)Description of the procurement:
Asbestos surveying and air monitoring in the area of North London:
— management surveys and yearly re-inspection of communal areas in all respective Clarion properties identified on the asbestos database,
— management and/or Refurbishment surveys as instructed to void and domestic properties ahead of both reactive and programmed work, as applicable,
— bulk sampling,
— sample analysis,
— background or reassurance air testing,
— leak air testing,
— personal air monitoring,
— 4 Stage Clearance testing.
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
Value excluding VAT: 2 190 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2018
End: 30/09/2021
This contract is subject to renewal: yes
Description of renewals:
2 x optional 12 month extensions
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
Objective criteria for choosing the limited number of candidates:
Anticipated number of bidders to ITT 3 minimum — 6 maximum.
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
II.2)Description
II.2.1)Title:
Lot 2 — Asbestos surveying and air monitoring in the area of South London and the South of England
Lot No: 2
II.2.2)Additional CPV code(s)
71315300
II.2.3)Place of performance
NUTS code: UKI6
NUTS code: UKJ
Main site or place of performance:
Outer London – South, South East (England).
II.2.4)Description of the procurement:
Asbestos surveying and air monitoring in the area of South London and the South of England:
— management surveys and yearly re-inspection of communal areas in all respective Clarion properties identified on the asbestos database,
— management and / or Refurbishment surveys as instructed to void and domestic properties ahead of both reactive and programmed work, as applicable,
— bulk sampling,
— sample analysis,
— background or reassurance air testing,
— leak air testing,
— personal air monitoring,
— 4 Stage Clearance testing.
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
Value excluding VAT: 3 885 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2018
End: 30/09/2021
This contract is subject to renewal: yes
Description of renewals:
2 x optional 12 month extension
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
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
II.2)Description
II.2.1)Title:
Lot 3 — Asbestos surveying and air monitoring in the area of north, east and south west of England
Lot No: 3
II.2.2)Additional CPV code(s)
71315300
II.2.3)Place of performance
NUTS code: UKH
NUTS code: UKF
NUTS code: UKG
NUTS code: UKK
NUTS code: UKD
NUTS code: UKC
Main site or place of performance:
East of England,east midlands (England), west midlands (England), south west (England), north west (England), north east (England).
II.2.4)Description of the procurement:
Asbestos surveying and air monitoring in the area of North, East and South west England:
— management surveys and yearly re-inspection of communal areas in all respective Clarion properties identified on the asbestos database,
— management and / or Refurbishment surveys as instructed to void and domestic properties ahead of both reactive and programmed work, as applicable,
— bulk sampling,
— sample analysis,
— background or reassurance air testing,
— leak air testing,
— personal air monitoring,
— 4 Stage Clearance testing.
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
Value excluding VAT: 3 425 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2018
End: 30/09/2021
This contract is subject to renewal: yes
Description of renewals:
2 x optional 12 month extensions
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
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
II.2)Description
II.2.1)Title:
Lot 4 — Asbestos Removal and Remedial Work
Lot No: 4
II.2.2)Additional CPV code(s)
71315300
II.2.3)Place of performance
NUTS code: UKI5
NUTS code: UKI7
Main site or place of performance:
Outer London – East and North East,Outer London – West and North West.
II.2.4)Description of the procurement:
Asbestos Removal and Remedial Work:
— removal and disposal of licensed asbestos materials,
— removal or remedial work and disposal of non-licensed asbestos materials,
— collection and disposal of asbestos waste from work generated by repairs partners,
— responsibility for the notification of work to the HSE where applicable,
— supply of RAMS and completion documents, including waste consignment notes for all removal and remedial activity,
— provide an auditable trail for all asbestos waste management and provide documentation and assurance of waste consignment and disposal for the client.
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
Value excluding VAT: 2 125 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2018
End: 30/09/2021
This contract is subject to renewal: yes
Description of renewals:
2 x optional 12 month extensions
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
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
II.2)Description
II.2.1)Title:
Lot 5: Asbestos Removal and Remedial Work South London and the South of England
Lot No: 5
II.2.2)Additional CPV code(s)
71315300
II.2.3)Place of performance
NUTS code: UKI6
NUTS code: UKI4
NUTS code: UKI3
NUTS code: UKJ
Main site or place of performance:
Outer London – South, Inner London – East, Inner London – West, South east (England).
II.2.4)Description of the procurement:
Asbestos Removal and Remedial Work:
— removal and disposal of licensed asbestos materials,
— removal or remedial work and disposal of non-licensed asbestos materials,
— collection and disposal of asbestos waste from work generated by repairs partners,
— responsibility for the notification of work to the HSE where applicable,
— supply of RAMS and completion documents, including waste consignment notes for all removal and remedial activity,
— provide an auditable trail for all asbestos waste management and provide documentation and assurance of waste consignment and disposal for the client.
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
Value excluding VAT: 3 765 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2018
End: 30/09/2021
This contract is subject to renewal: yes
Description of renewals:
2 x optional 12 month extensions
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
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
II.2)Description
II.2.1)Title:
Lot 6 — Asbestos Removal and Remedial Work North, East and South West England
Lot No: 6
II.2.2)Additional CPV code(s)
90650000
II.2.3)Place of performance
NUTS code: UKH
NUTS code: UKF
NUTS code: UKG
NUTS code: UKK
NUTS code: UKD
NUTS code: UKC
Main site or place of performance:
East of England, east midlands (England), west midlands (England), south west (England), north west (England), north east (england).
II.2.4)Description of the procurement:
Asbestos Removal and Remedial Work.
— removal and disposal of licensed asbestos materials,
— removal or remedial work and disposal of non-licensed asbestos materials,
— collection and disposal of asbestos waste from work generated by repairs partners,
— responsibility for the notification of work to the HSE where applicable,
— supply of RAMS and completion documents, including waste consignment notes for all removal and remedial activity,
— provide an auditable trail for all asbestos waste management and provide documentation and assurance of waste consignment and disposal for the client.
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
Value excluding VAT: 3 320 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2018
End: 30/09/2021
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 6
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
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
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: 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
Date: 07/05/2018
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders