Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract involves joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Asbestos Surveying, Sampling and Removal Services
Reference number: DN316242
II.1.2)Main CPV code71315400
II.1.3)Type of contractServices
II.1.4)Short description:
Folkestone and Hythe district Council (F&HDC) as lead Authority, intends to undertake a competitive tendering procurement on behalf of itself, Canterbury City Council (CCC), Thanet District Council (TDC) and Dover District Council (DDC) for the provision of Asbestos Surveying and Sampling Contract and Asbestos Removal Contract. East Kent Housing will act as the contract administrator for these contracts.
II.1.5)Estimated total valueValue excluding VAT: 2 385 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The Council will be evaluating two options and may award either Option 1 or Option 2.
Option 1 is to award up to 2 contracts: one for asbestos surveys and sample testing services (Lot 1) and/or one for asbestos removal and disposal services (Lot 2).
OR The Councils may appoint one contractor to provide both services under one contract (Lot 3).
II.2)Description
II.2.1)Title:
Lot 1 — Asbestos Surveys and Sample Testing
Lot No: 1
II.2.2)Additional CPV code(s)71315400
II.2.3)Place of performanceNUTS code: UKJ44
II.2.4)Description of the procurement:
The Asbestos Surveys and Sample Analysis works shall include:
— Intrusive Demolition/Refurbishment Surveys for ACMs preceding programmes of planned and responsive maintenance works in accordance with HSG 264. This will include a Management Survey to the property in addition to the R&D survey,
— Void (empty) properties as part of remedial works to return them to EKH’s Lettable Standard prior to re-letting; and any properties to be sold under the Right to Buy scheme,
— A programme of R&D and Management Surveys to the common parts of housing blocks and subsequent annual re-inspection surveys for reported or presumed ACM’s will be required.
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: 875 000.00 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:
Initial period of 36 months with the option to extend for a further period of up to 24 months.
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.2.2)Additional CPV code(s)90650000
II.2.3)Place of performanceNUTS code: UKJ44
II.2.4)Description of the procurement:
The Removal works comprises the removal or encapsulation of Asbestos Containing Materials (‘ACM’s) in common areas, occupied or void properties as identified and required from asbestos surveys and as instructed by the Contract Administrator. All removal works are to be in accordance with HSG 247: The licensed Contractor’s guide, ACOP L143; Managing and Working with Asbestos and incorporate a four stage air clearance test and/or reassurance air testing where necessary in accordance with HSG 248: The Analyst’s Guide for Sampling and Clearance Procedures and ACOP L143.
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: 1 510 000.00 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:
Initial period of 36 months with the option to extend for a further period of up to 24 months.
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:
Lot 3 — Asbestos Surveys and Removals
Lot No: 3
II.2.2)Additional CPV code(s)71315400
90650000
II.2.3)Place of performanceNUTS code: UKJ44
II.2.4)Description of the procurement:
Combined offer of both surveys and removals services.
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: 2 385 000.00 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:
Initial period of 36 months with the option to extend for a further period of up to 24 months.
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 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.2.1)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: 26/10/2018
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: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 26/10/2018
Local time: 13:00
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 invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyFolkestone and Hythe District Council
Civic Centre, Castle Hill Avenue
Folkestone
CT20 2QY
United Kingdom
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:21/09/2018