Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)Communication
Additional information can be obtained from another address:
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Public order and safety
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
The Provision of Asbestos Management Services
Reference number: SS3/17/109
II.1.2)Main CPV code
71000000
II.1.3)Type of contract
Services
II.1.4)Short description:
The provision of a planned and reactive call out service for the management of Asbestos throughout the MPS estate including, but not limited to:
— the management of the Asbestos Register,
— completion of suitable Risk Assessments,
— relevant management and Refurbishment / Demolition surveys,
— audits of removal work to be conducted and resultant reports to be completed, including surveys,
— a 24/7/365 reactive service for use in emergencies (i.e. when there is a suspected ACM release etc.).
The Supplier must ensure compliance with all current and relevant legislation, associated Approved Codes of Conduct including Control of Asbestos Regulation 2012 and Health and Safety Guide 264.
II.1.5)Estimated total value
Value excluding VAT: 3 866 000.00 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)
45262660
71315100
71315200
71315400
71317000
71317200
71600000
90650000
90713000
II.2.3)Place of performance
NUTS code: UKI
NUTS code: UK
Main site or place of performance:
UK Mainland mainly within the Greater London Area.
II.2.4)Description of the procurement:
The provision of a planned and reactive call out service for the management of Asbestos throughout the MPS estate including, but not limited to:
— the management of the Asbestos Register,
— completion of suitable Risk Assessments,
— relevant management and Refurbishment / Demolition surveys,
— audits of removal work to be conducted and resultant reports to be completed, including surveys,
— a 24/7/365 reactive service for use in emergencies (i.e. when there is a suspected ACM release etc.).
The Supplier must ensure compliance with all current and relevant legislation, associated Approved Codes of Conduct including Control of Asbestos Regulation 2012 and Health and Safety Guide 264.
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: 3 866 000.00 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.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:
Highest scoring suppliers and compliance to SSQ criteria.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
To extend the 36 month or 60 month term of this call-off agreement by up to 2 x 12 months at the sole discretion of the MOPAC/MPS.
Number of possible renewals: 2.
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
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 16/05/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 19/06/2018
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
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.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
16/04/2018