loading
  • GB-MK41 7LW Bedford
  • 26.10.2018
  • Ausschreibung
  • (ID 2-315981)

Homes England Asbestos Services in Buildings and Structures Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.10.2018, 17:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung Altlastensanierung
    Sprache Englisch
    Aufgabe
    Our Asbestos services in buildings and structures framework will be used to procure services related to the identification, management and removal of Asbestos in buildings on land that we own. The services procured through this framework will enable the preparation of public sector land for disposals to developers in order to build homes.
    Any organisation, or consortium, can apply to be a supplier if they can deliver all of the required services across England. Those considering submitting a tender should look carefully at the scope of services.
    We are also in the process of procuring a range of other technical and professional services frameworks to enable us to support our activities.
    Our framework is for 4 years and it envisaged that there will be 5 suppliers. Individual appointments will either be via direct award or further competition.
    Leistungsumfang
    Our Asbestos services in buildings and structures framework will used by Homes England and also be made available to other public bodies as part of Homes England's enabling role which include central government departments and their arm's length bodies and agencies, non departmental public bodies, NHS bodies, local authorities, registered providers, health, police, fire and rescue, education, charities and devolved administrations.
    Refer to our procurement documentation for further details.
    Adresse des Bauherren UK-MK41 7LW Bedford
    TED Dokumenten-Nr. 422878-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Bedford: Architectural, construction, engineering and inspection services

      2018/S 187-422878

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Homes England (the name adopted by the Homes and Communities Agency)
      Woodlands, Manton Lane
      Bedford
      MK41 7LW
      United Kingdom
      E-mail: MTNecF9icHFscD1lbGpicGJrZGlea2ErZGxzK3Jo
      NUTS code: UK

      Internet address(es):

      Main address: https://www.gov.uk/government/organisations/homes-england

      Address of the buyer profile: https://www.gov.uk/government/organisations/homes-england

      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/Login
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/Login
      I.4)Type of the contracting authority
      National or federal agency/office
      I.5)Main activity
      Housing and community amenities

      Section II: Object

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

      Homes England Asbestos Services in Buildings and Structures Framework

      Reference number: DN367600
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      Our Asbestos services in buildings and structures framework will be used to procure services related to the identification, management and removal of Asbestos in buildings on land that we own. The services procured through this framework will enable the preparation of public sector land for disposals to developers in order to build homes.

      Any organisation, or consortium, can apply to be a supplier if they can deliver all of the required services across England. Those considering submitting a tender should look carefully at the scope of services.

      We are also in the process of procuring a range of other technical and professional services frameworks to enable us to support our activities.

      Our framework is for 4 years and it envisaged that there will be 5 suppliers. Individual appointments will either be via direct award or further competition.

      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: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      Our Asbestos services in buildings and structures framework will used by Homes England and also be made available to other public bodies as part of Homes England's enabling role which include central government departments and their arm's length bodies and agencies, non departmental public bodies, NHS bodies, local authorities, registered providers, health, police, fire and rescue, education, charities and devolved administrations.

      Refer to our procurement documentation for further details.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 50
      Price - Weighting: 50
      II.2.6)Estimated value
      Value excluding VAT: 10 000 000.00 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.2.10)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
      List and brief description of conditions:

      Refer to our procurement documentation.

      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
      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: 5
      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: 2018/S 081-181430
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 26/10/2018
      Local time: 17:00
      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
      Date: 26/10/2018
      Local time: 17:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

      2022.

      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:

      The opportunity can be accessed via Home England’s e-Tendering system. Tenderers wishing to be considered for this contract must register their expression of interest and submit a tender through our e-Tendering system. If not already registered, candidates should register at https://procontract.due-north.com/Login

      All discussions, meetings, and communications will be conducted in English.

      The contract will be subject to English law. Tenders and all supporting documents must be priced in GBP and all payments under the contract will be made in GBP.

      This procurement and award are subject to the transparency arrangements being adopted by the UK Government. These arrangements include the publication of tender documentation issued by Homes England and our contract with the supplier.

      Bidders should highlight any areas they consider commercially sensitive in order for Homes England to be able to honour our transparency obligations without undermining the bidder's commercial interests.

      Candidates are advised that Homes England is subject to the freedom of information Act 2000 (“The Act”). If a candidate considers that any of the information supplied as part of this procurement procedure should not be disclosed because of its commercial sensitivity, confidential or otherwise, they must, when providing this information, clearly identify the specific information they do not wish to be disclosed and clearly specify the reasons for its sensitivity. Homes England shall take such statements into consideration in the event that it receives a request pursuant to the act which relates to the information provided by the interested party. Please note, it is insufficient to include a statement of confidentiality encompassing all the information provided in the response.

      Homes England takes a zero-tolerance approach to bribery and corruption and sets high standards of impartiality, integrity and objectivity in relation to the stewardship of public funds and the management of its activities. The principles contained within this policy apply to both internal and external audiences, including anyone wishing to undertake business or engage with Homes England.

      Please refer to our anti-bribery and corruption policy by visiting https://www.gov.uk/government/publications/anti-bribery-and-corruption-policy for further information.

      Homes England (the trading name adopted by the Homes and Communities Agency) is committed to protecting the privacy and security of your personal data. Details can be found at https://www.gov.uk/government/organisations/homes-england/about/personal-information-charter

      All dates in this notice are indicative and may be amended.

      The NUTS code included in this notice is “UK”. However, the services will only be procured in England.

      VI.4)Procedures for review
      VI.4.1)Review body
      Homes England
      St George's House, Kingsway, Team Valley
      Gateshead
      NE11 0NA
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

      The Contracting Authority will incorporate a minimum of 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to consider the decision and highlight any errors in the award process. Such appeals should be addressed to the contact in I.1. If an appeal regarding the award of a contract has not been successfully resolved, public contracts Regulations 2006 (SI 2006 nº 5) and any amendments thereon provide for aggrieved parties to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and the intention to take action brought to the attention of the contracting authority to enable suspension of award proceedings.

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      25/09/2018
    © 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 28.09.2018
Zuletzt aktualisiert 28.09.2018
Wettbewerbs-ID 2-315981 Status Kostenpflichtig
Seitenaufrufe 33