loading
  • GB-CF10 4RU Cardiff
  • 17.08.2018
  • Ausschreibung
  • (ID 2-307725)

Asbestos Services — Consultancy and Surveying


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 17.08.2018, 14:30 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung Bauleistung / allgemeine Beratungsleistungen / Vermessung / Altlastensanierung
    Sprache Englisch
    Aufgabe
    LHC seeks economic operators to tender for a framework for Asbestos Consultancy and Surveying.
    There is an additional Contract notice for works.
    The consultancy and surveying framework is divided into regions (lots) and categories (workstreams).
    Workstream 1: Domestic asbestos consultants.
    Workstream 2: Commercial asbestos consultants.
    Economic Operators are sought to perform the following tasks:
    Independent Consultancy Services
    Asset Management Plan
    Bulk Surveying:
    — Asbestos Management Survey,
    — Asbestos Refurbishment Survey,
    — Void Property Refurbishment Survey,
    — Part Refurbishment Survey,
    — Asbestos Refurbishment and Management Survey,
    — Asbestos Demolition Survey.
    Analysts:
    — Re-inspection Condition Reports,
    — Re-occupation Certificates and other services,
    — 4 Stage Clearance,
    — Sampling and analysis of airborne fibre concentrations,
    — Site assessment for reoccupation.
    Each Workstream is divided into the following regional lots:
    LN – North Wales
    LM – Mid Wales
    LS – South Wales
    Adresse des Bauherren UK-CF10 4RU Cardiff
    TED Dokumenten-Nr. 289792-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Cardiff: Asbestos removal services

      2018/S 127-289792

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      LHC on behalf of WPA (Welsh Procurement Alliance)
      Regus House, Regus House, Cardiff Bay
      Cardiff
      CF10 4RU
      United Kingdom
      Contact person: Colin Scoines
      Telephone: +44 1895274815
      E-mail: MTlaZmNgZSVqWmZgZVxqN2NfWiVeZm0lbGI=
      NUTS code: UK

      Internet address(es):

      Main address: https://www.welshprocurement.cymru/

      Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405

      I.2)Information about joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/Advert?advertId=6923c52e-a37e-e811-80ed-005056b64545&p=8b355dc0-f604-e711-80dd-005056b64545
      Additional information can be obtained from the abovementioned address
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://procontract.due-north.com/Advert?advertId=6923c52e-a37e-e811-80ed-005056b64545&p=8b355dc0-f604-e711-80dd-005056b64545
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Other activity: Framework Provider

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

      Asbestos Services — Consultancy and Surveying

      Reference number: AS2W
      II.1.2)Main CPV code
      90650000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      LHC seeks economic operators to tender for a framework for Asbestos Consultancy and Surveying.

      There is an additional Contract notice for works.

      The consultancy and surveying framework is divided into regions (lots) and categories (workstreams).

      Workstream 1: Domestic asbestos consultants.

      Workstream 2: Commercial asbestos consultants.

      Economic Operators are sought to perform the following tasks:

      Independent Consultancy Services

      Asset Management Plan

      Bulk Surveying:

      — Asbestos Management Survey,

      — Asbestos Refurbishment Survey,

      — Void Property Refurbishment Survey,

      — Part Refurbishment Survey,

      — Asbestos Refurbishment and Management Survey,

      — Asbestos Demolition Survey.

      Analysts:

      — Re-inspection Condition Reports,

      — Re-occupation Certificates and other services,

      — 4 Stage Clearance,

      — Sampling and analysis of airborne fibre concentrations,

      — Site assessment for reoccupation.

      Each Workstream is divided into the following regional lots:

      LN – North Wales

      LM – Mid Wales

      LS – South Wales

      II.1.5)Estimated total value
      Value excluding VAT: 10 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

      Workstream 2 Commercial Consultancy and Surveying LS – South Wales

      Lot No: 6
      II.2.2)Additional CPV code(s)
      90650000
      II.2.3)Place of performance
      NUTS code: UKL2
      NUTS code: UKL18
      NUTS code: UKL17
      NUTS code: UKL16
      NUTS code: UKL15
      Main site or place of performance:

      Various Sites

      II.2.4)Description of the procurement:

      Undertake asbestos services in commercial buildings

      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
      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
      II.2)Description
      II.2.1)Title:

      Workstream 1 Domestic Consultancy and Surveying LS – South Wales

      Lot No: 5
      II.2.2)Additional CPV code(s)
      90650000
      II.2.3)Place of performance
      NUTS code: UKL2
      NUTS code: UKL18
      NUTS code: UKL17
      NUTS code: UKL16
      NUTS code: UKL15
      Main site or place of performance:

      Various Sites

      II.2.4)Description of the procurement:

      Undertake asbestos services in domestic properties

      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
      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
      II.2)Description
      II.2.1)Title:

      Workstream 2 Commercial Consultancy and Surveying LM – Mid Wales

      Lot No: 4
      II.2.2)Additional CPV code(s)
      90650000
      II.2.3)Place of performance
      NUTS code: UKL14
      NUTS code: UKL15
      Main site or place of performance:

      Various Sites

      II.2.4)Description of the procurement:

      Undertake asbestos services in commercial buildings

      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
      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
      II.2)Description
      II.2.1)Title:

      Workstream 1 Domestic Consultancy and Surveying LM – Mid Wales

      Lot No: 3
      II.2.2)Additional CPV code(s)
      45262660
      II.2.3)Place of performance
      NUTS code: UKL
      Main site or place of performance:

      Various Sites

      II.2.4)Description of the procurement:

      Undertake asbestos services in domestic buildings

      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
      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
      II.2)Description
      II.2.1)Title:

      Workstream 2 Commercial Consultancy and Surveying LN – North Wales

      Lot No: 2
      II.2.2)Additional CPV code(s)
      90650000
      71315100
      II.2.3)Place of performance
      NUTS code: UKL
      Main site or place of performance:

      Various sites

      II.2.4)Description of the procurement:

      Undertake asbestos services in commercial buildings

      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
      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

      .

      II.2)Description
      II.2.1)Title:

      Workstream 1 Domestic Consultancy and Surveying LN – North Wales

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71315100
      90650000
      II.2.3)Place of performance
      NUTS code: UKL13
      NUTS code: UKL23
      NUTS code: UKL12
      NUTS code: UKL11
      Main site or place of performance:

      Various Sites

      II.2.4)Description of the procurement:

      Undertake asbestos services in domestic buildings

      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
      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
      III.1.2)Economic and financial standing
      Minimum level(s) of standards possibly required:

      Economic and financial capability

      Minimum level(s) of standards required:

      Turnover: this is calculated as twice the typical value for projects called off this framework. If a company’s turnover in each of the last 2 years exceeds 500 000 GBP, then it passes. Failure to meet the minimum turnover amount may exclude the tenderer to further evaluation. For new start-ups, the tenderer must demonstrate financial status (e.g. forecast of turnover for the current year together with a statement of funding provided by the owner/s and / or the bank, or an alternative means of demonstrating financial status. LHC shall consider the information and may accept the company with or without financial restrictions.

      Profitability: this is calculated as profit after tax but before dividends and minority interests.

      Liquidity: this is calculated as current assets and work in progress, divided by current liabilities.

      If a company passes both Profitability and Liquidity, the company meets the framework requirement.

      If an economical operator fails either Profitability or Liquidity, LHC shall require additional financial information from tenderers, and take this into consideration in the financial assessment process and also obtain independent assessments on the financial information provided by the tenderer, or where applicable the Parent/Holding Company, and take this into consideration in the financial assessment. LHC shall consider the information and may accept the company with or without financial restrictions.

      Failure to meet both Profitability and Liquidity criteria may exclude the tenderer to further evaluation.

      III.1.3)Technical and professional ability
      Minimum level(s) of standards possibly required:

      ISO 17020 Asbestos Surveys

      ISO/IEC 17025 for Asbestos Sampling and Testing

      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:

      Stated with LHC Terms and 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
      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: 4
      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
      Notice number in the OJ S: 2017/S 205-422231
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 17/08/2018
      Local time: 14:30
      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
      Tender must be valid until: 01/10/2018
      IV.2.7)Conditions for opening of tenders
      Date: 17/08/2018
      Local time: 16:00
      Place:

      Uxbridge

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

      WPA Clients have diverse property portfolio with different volumes of asbestos removal and remediation services required, due to day-to-day maintenance and repairs to large-scale planned replacement projects. The types of properties typically managed are:

      Domestic:

      — single occupier and multiple occupier dwellings,

      — houses and flats,

      — common areas of residential blocks,

      — low, medium, and high-rise,

      — residential homes including those with vulnerable persons,

      — common areas other areas such as garages and loft spaces.

      Commercial:

      — Managed Residential Blocks,

      — care homes and sheltered accommodation,

      — commercial offices buildings, central or local housing team offices, halls, and day care centres,

      — Municipal buildings such as libraries, sports hall, museums etc.,

      — other public building such as conference centres and other commercial buildings,

      — Educational buildings such as universities, schools, and colleges,

      — Research establishments,

      — Hospitals / hospital-related properties, including health centres and GP surgeries, — Blue light Buildings.

      LHC is a central purchasing body providing procurement service to contracting authorities throughout England, Wales and Scotland.

      Working with our WPA (Welsh Procurement Alliance) partners any public sector organisation listed at www.lhc.gov.uk/24 can access the suppliers approved on our frameworks,

      As a not for profit organisation, LHC returns surplus levy income to our clients to support social value initiatives in the local communities they serve. LHC sets up competitively tendered framework agreements in respect of building works, supplies or services and includes public sector refurbishment, maintenance and new build projects.

      WPA considers that this framework may be suitable for economic operators that are small or medium enterprises(SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.

      Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=83239.

      Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

      It is the responsibility of the Contracting Authority to ensure a call-off contract meets the Community Benefit Clause.

      (WA Ref:83239)

      The buyer considers that this contract is suitable for consortia.

      VI.4)Procedures for review
      VI.4.1)Review body
      LHC for the Welsh Procurement Alliance (WPA)
      Royal House, 2-4 Vine Street
      Uxbridge
      UB8 1QE
      United Kingdom
      Telephone: +44 1895274800

      Internet address: http://www.lhc.gov.uk

      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:
      04/07/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 06.07.2018
Zuletzt aktualisiert 06.07.2018
Wettbewerbs-ID 2-307725 Status Kostenpflichtig
Seitenaufrufe 33