Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityHousing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Reference number: PROC003
II.1.2)Main CPV code71315300
II.1.3)Type of contractServices
II.1.4)Short description:
For the provision of Asbestos Surveys, Reports and bespoke register delivery mainly within but not limited to the Swansea Region. Property types range from domestic / commercial.
Contracting companies must have a current UKAS accreditation to ISO17020.
The term is for 2 years with the option to extend up to a further 12 months.
II.1.5)Estimated total valueValue excluding VAT: 210 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)71315300
71315400
45262660
II.2.3)Place of performanceNUTS code: UKL18
NUTS code: UKL1
Main site or place of performance:
Within 45 miles radius of Swansea.
II.2.4)Description of the procurement:
For the provision of Asbestos Surveys, Reports and bespoke register delivery mainly within but not limited to the Swansea Region. Property types range from domestic / commercial.
Contracting companies must have a current UKAS accreditation to ISO17020.
The term is for 2 years with the option to extend up to a further 12 months.
II.2.5)Award criteriaPrice 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 systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
There is an option to extend up to a further 12 months.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
There is an option to extend up to a further 12 months.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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 abilityList and brief description of selection criteria:
Accreditation to UKAS ISO 17020.
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 procedureOpen 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 participateDate: 16/07/2018
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 tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 16/07/2018
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic payment will be used
VI.3)Additional information:
Please note the date for bidders to access the e-tender system and access tender documentation on the e-tender system (www.etenderwales.bravosolution.co.uk) expires 12:00 noon on 10.7.2018. Bidders will not be able to access documentation after this time.
The date for clarifications ends 12:00 noon on the 11.7.2018. Any clarification queries will not be responded to after this time.
The closing date for tenders is 12:00 noon on the 16.7.2018 via the e-tender system. Late tenders will not be accepted.
All tender queries shall be via the e-tender system.
Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=82497.
(WA Ref:82497).
VI.4)Procedures for review
VI.4.1)Review bodyPobl Group
Ty Gwalia, 7-13 The Kingsway
Swansea
SA1 5JN
United Kingdom
Telephone: +44 1792460609
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:12/06/2018