Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesUniversity Of East Anglia
University of East Anglia, Norwich Research Park, Norwich, Norfolk
Norwich
NR4 7TJ
United Kingdom
Contact person: Rob Bloomer
Telephone: +44 1603593686
E-mail:
MTlpJVljZmZkXGk3bFxYJVhaJWxiNUTS code:
UKH15Internet address(es):
Main address: www.uea.ac.uk
I.2)Information about joint procurement
I.3)Communication
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 authorityBody governed by public law
I.5)Main activityEducation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
PURCON 745 Asbestos Removal and Air Monitoring
Reference number: PURCON745
II.1.2)Main CPV code50000000
II.1.3)Type of contractServices
II.1.4)Short description:
The University of East Anglia is seeking to create a framework for the supply of asbestos removal and air monitoring consultancy services. The framework will be split into three lots:
1) Planned Asbestos removal works.
2) Reactive Asbestos removal works.
3) Air Monitoring Consultancy.
II.1.5)Estimated total valueValue excluding VAT: 5 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
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:
The contractors who are appointed to lot 3 of the framework (Air Monitoring) may not be also appointed to lots 1 or 2 in order to ensure objective and impartial monitoring services alongside removal services.
II.2)Description
II.2.2)Additional CPV code(s)50700000
II.2.3)Place of performanceNUTS code: UKH15
Main site or place of performance:
University of East Anglia, Norwich, Norfolk, NR47TJ
II.2.4)Description of the procurement:
Procurement of a framework of Suppliers to provide planned asbestos removal works as part of larger scale projects and in isolation.
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 valueValue excluding VAT: 1 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
There is an optional one year extension included in this framework agreement
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Criteria are fully described in the procurement documents
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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
II.2)Description
II.2.1)Title:
Reactive Asbestos Removal
Lot No: 2
II.2.2)Additional CPV code(s)50700000
II.2.3)Place of performanceNUTS code: UKH15
Main site or place of performance:
University of East Anglia, Norwich, Norfolk, NR47TJ
II.2.4)Description of the procurement:
Procurement of a framework lot for reactive and urgent asbestos removal works
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 valueValue excluding VAT: 1 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
There is an option for a one year extension on this framework
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 3
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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
II.2)Description
II.2.1)Title:
Air Monitoring Consultancy
Lot No: 3
II.2.2)Additional CPV code(s)71600000
II.2.3)Place of performanceNUTS code: UKH15
Main site or place of performance:
University of East Anglia, Norwich, Norfolk, NR47TJ
II.2.4)Description of the procurement:
Procurement of a framework for air monitoring services for the University
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 valueValue excluding VAT: 750 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
There is an optional 1 year extension on this framework agreement
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 3
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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 registersList and brief description of conditions:
Requirements and Registrations are fully listed in the requirements documentation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection 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 contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 9
In the case of framework agreements, provide justification for any duration exceeding 4 years: framework is 3+1 only so is 4 years or less
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 participateDate: 20/07/2018
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 tender
IV.2.7)Conditions for opening of tenders
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 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 procedurePrecise 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:20/06/2018