Term contract for asbestos removal and management in council properties.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

London Borough of Barking and Dagenham
Civic Centre, 1st Floor Annexe
For the attention of: Memet Erdemgil
RM10 7BN Dagenham
UNITED KINGDOM
Telephone: +44 2082272088
E-mail:

Internet address(es):

General address of the contracting authority: http://www.lbbd.gov.uk/Pages/Home.aspx

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Term contract for asbestos removal and management in council properties.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: 3 London Boroughs - The London Borough of Barking and Dagenham, The London Borough of Havering, and the London Borough of Waltham Forest

NUTS code UKI

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
A term contract for asbestos removal and management in Council properties within the London Borough of Barking and Dagenham, the London Borough of Havering, and the London Borough of Waltham Forest as one lot. The contract shall be over a 3 year term with the option of a 2 year extension subject to satisfactory performance of the appointed contractor. This contract is for asbestos removal and associated works including repairs and redecorations works and will include construction projects where known asbestos has been identified.
This contract shall be separate from the term contract for asbestos analysis and surveying in Council properties which is also due for re-tender. These 2 asbestos term contracts shall not be awarded to the same contractor.
II.1.6)Common procurement vocabulary (CPV)

45000000, 90650000, 45262660, 71317000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This contract will be used to:
Remove asbestos from Council buildings including schools, public buildings, domestic properties and communal areas. This includes licenced and unlicenced asbestos removals.
Associated remedial works including temporary works, building, redecoration and plumbing items.
The contract duration will be for a period of 36 months with a possible extension for a period of a further 24 months [12 months with a further 12 months on top of that].
Estimated value excluding VAT:
Range: between 1 000 000 and 2 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Suppliers instructions how to express interest in this tender:
1. Register your company on the eSourcing portal (this is only required once):

- Browse to the eSourcing Portal: https://lbbd.bravosolution.co.uk and click the link to register,

- Accept the terms and conditions and click 'continue',
- Enter your correct business and user details,
- Note the username you chose and click 'Save' when complete,
- You will shortly receive an e-mail with your unique password (please keep this secure).
2. Express an interest in the tender:
- Login to the portal with the username/password,
- Click the 'PQQs / ITTs Open To All Suppliers' link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier),
- Click on the relevant PQQ/ ITT to access the content,
- Click the 'Express Interest' button at the top of the page,
- This will move the PQQ /ITT into your 'My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only),
- You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box.
3. Responding to the tender:
- Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining),
- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification,
- Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT,
- There may be a mixture of online & offline actions for you to perform (there is detailed online help available). You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
Objective criteria for choosing the limited number of candidates: These numbers give LBBD the best opportunity to choose a sufficient number of quality and value suppliers to take forward for further evaluation at the ITT stage.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: Information regarding the e auction process will be made available at the ITT stage, guidance documentation issued prior to the event, and during the mock training prior to the e auction being held.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 5.3.2012 - 17:00
IV.3.4)Time limit for receipt of tenders or requests to participate
5.3.2012 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.2.2012