By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

AS1 Asbestos Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

LHC Building Components and Services
Royal House, 2-4 Vine Street
Contact point(s): The Director
For the attention of: Robert Wren
UB8 1QE Uxbridge
UNITED KINGDOM
Telephone: +44 1895274800
E-mail:

Internet address(es):

General address of the contracting authority: http://www.lhc.gov.uk

Address of the buyer profile: http://www.lhc.gov.uk/24

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
Body governed by public law
I.3)Main activity
Housing and community amenities
Education
Other: Public sector framework tendering organisation
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Refer to Section II.1.2) for other contracting authorities
2-4 Vine Street
UB8 1QE Uxbridge
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
AS1 Asbestos Services.
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: Various extension and refurbishment projects for public bodies indicated below:
List of Public Bodies that may use this framework
The Framework Agreement will be open to public sector bodies in Greater London (but excluding Government Departments) and any statutory successors and organisations created, merged or absorbed as a result of re-organisation or organisational changes. This will include but not be limited to:
1) Local authorities in Greater London
(i.e. a local authority as defined in Regulation 3(2) of the Public Contracts Regulations 2006 ("the Regulations"),
A list of local authorities in Greater London is available at:

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm

Barking and Dagenham, Barnet, Bexley, Brent, Bromley, Camden, City of London, Croydon, Ealing, Enfield, Greenwich, Hackney, Hammersmith and Fulham, Haringey, Harrow, Hillingdon, Havering, Islington, Hounslow, Lambeth, Lewisham, Merton, Newham, Redbridge, Richmond upon Thames, Royal Borough of Kensington and Chelsea, Royal Borough of Kingston upon Thames, Southwark, Sutton, Tower Hamlets, Waltham Forest, Wandsworth, Westminster City Council
2) Greater London Authority Group
including but not limited to Transport for London, London Fire and Emergency Planning Association, (London Fire Brigade), London Development Agency, Mayor's Office for Policing and Crime, Royal Parks and any subsequent body included in the GLA group
3) Police and emergency services in Greater London
(i.e. fire authorities, fire and rescue authorities, police authorities, and the Metropolitan Police Authority/Service as defined by Regulations 3 (1) (j) (k) (n) and (m) of "the Regulations") and Ambulance Authority/Service.
4) Educational establishments in Greater London
(e.g. schools, school governing bodies; voluntary aided schools; foundation schools; any faith educational establishments including the Roman Catholic Dioceses and Anglican Dioceses, associated with the named Local Authorities including diocesan authorities; academies; free schools, city technology colleges; foundation partnerships; education authorities, publicly funded schools, universities, colleges, further education establishments; higher education establishments and other educational establishments).

http://www.studylondon.ac.uk/universities

5) All Registered Providers of Social Housing in Greater London
including but not limited to Registered Providers of Social Housing (as defined in the Housing and Regeneration Act 2008), Tenant Management Organisations (TMOs) and their agents within the geographical area of Greater London including all Arms Length Management Organisations (ALMO's) or any successor body of the 33 Local Authorities within Greater London.
6) NHS establishments in Greater London
and Primary Care Trusts associated with the Local Authorities.
7) Trusts, Social Enterprises, Mutuals, and Community Interest Companies
(i.e. organisations that have been established by the public bodies within the scope of this advertisement and/or where the contracting public bodies are trustees or partners of the Trusts, Social Enterprises, Mutuals and Community Interest Companies or any similar organisation).
8) Other Public Sector Organisations
London Waste Authorities, Local Government Association and The Electoral Commission
9) House of Commons and the House of Lords

NUTS code UKI

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 6

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 500 000 and 10 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Workstream 1 requires the provision of:
1. Asbestos Management services covering:
Management and supervision of asbestos removal / remediation projects including air sampling, monitoring and air testing firms / consultants (Alternatively providing assistance and advice to the Client's Asbestos team in the management of projects and associated services.)
Undertaking and preparing third party Gap Analysis of Client's in-house procedures.
Review and update Client's Asbestos Risk Register.
Preparation of surveys and risk assessments as part of a Client's compliancy requirements including upon an annual basis as required.
Reviews and updates of Client's Asbestos Management Plan.
Linking the Asbestos Risk Register and Management Plan with the Client's Repair or Property Order System.
Training of and informing the Client and its staff relating to existing and/or future changes in Regulations and duties under the Control of Asbestos Regulations, other related legislation and Codes of Practice.
Providing advice to the Client and Consultants and Contractors appointed by the Client.
2. Asbestos management, refurbishment and demolition surveys including the execution of combined surveys i.e. R&D; and management.
3. Individual bulk sampling of suspect materials on an ad-hoc basis.
4. Professional and concise asbestos reports in accordance with HSG264 including material risk assessments and the provision where required of reports to meet specific asbestos operating templates of Clients.
5. Reports as an Excel file in the correct format compatible with meeting the Client's asbestos database.
6. Analysis of asbestos bulk samples through the use of a UKAS accredited ISO 17025 laboratory whether samples taken under the Contract with the Client or by others including the Client's organisation.
7. Day to day asbestos surveys including those required by a Client to be executed with 48 hours of issue of Orders from the Client.
8. Out of hours asbestos surveys.
9. Emergency asbestos surveys.
10. Accelerated provision for undertaking surveys and bulk sampling and providing the Client with results and reports, including providing verbal results of sample testing by phone with report to follow.
11. Asbestos Risk Assessments.
Workstream 2 requires the provision of:
1. Air Sampling and Air Monitoring Services, including:
Undertaking air monitoring / air tests at the removal of asbestos and for reassurance.
Issuing four stage clearance certification that is compliant with HSG248.
Providing all air monitoring certificates in electronic format with agreed time frames.
Auditing licensed asbestos removal contractor's method statements and site operation.
Providing background, leak and smoke testing as required.
Provision of scope / specification of work for remediation works.
Out of hours air sampling and air monitoring services.
Emergency air sampling and air monitoring services.
Accelerated execution of air monitoring / air tests and provision of all certification documentation to the Client.
2. Asbestos Management services excluding supervision of removal projects including:
Undertaking and preparing third party Gap Analysis of Client's in-house procedures.
Reviewing and updating Client's Asbestos Risk Register.
Preparation of surveys and risk assessments as part of a Client's compliancy requirements including upon an annual basis as required.
Reviews and updates of Client's Asbestos Management Plan.
Linking the Asbestos Risk Register and Management Plan with the Client's Repair or Property Order System.
Training of and informing the Client and its staff relating to existing and/or future changes in Regulations and duties under the Control of Asbestos Regulations, other related legislation and Codes of Practice.
Providing advice to the Client and Consultants and Contractors appointed by the Client.
NOTE The scope of services for this Workstream 2 of Framework AS1 excludes the Management and Supervision of asbestos removal / remediation projects or providing assistance and advice to the Client's Asbestos Team in the management and supervision of projects. The Management and Supervision of asbestos removal / remediation projects are covered in Workstream 1
Buildings and properties covered by Workstreams 1 and 2:
Housing and properties including common blocks of housing properties.
Public and communal buildings.
Educational establishments.
NHS establishments.
All types and classifications of buildings used by public sector bodies.
II.1.6)Common procurement vocabulary (CPV)

90650000 - DA03, 71600000 - DA03, 71630000 - DA03, 71632000 - DA03, 71620000 - DA03, 71621000 - DA03, 79311300 - DA03, 90731000 - DA03, 90731400 - DA03, 90731800 - DA03, 90731100 - DA03

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Subject to contracting authorities' requirements.
Total quantity and scope depends on the number of companies appointed and the number of users who place orders through the framework. See II.1.4
Estimated value excluding VAT:
Range: between 500 000 and 10 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The framework arrangement will be let for an initial 2 year period, and may be extended on a yearly basis following the second year of the agreement, subject to a maximum total duration of the framework of 4 years.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Workstream 1
1)Short description
Workstream 1 requires the provision of:
1. Asbestos Management services covering:
Management and supervision of asbestos removal / remediation projects including air sampling, monitoring and air testing firms / consultants (Alternatively providing assistance and advice to the Client's Asbestos team in the management of projects and associated services.)
Undertaking and preparing third party Gap Analysis of Client's in-house procedures.
Review and update Client's Asbestos Risk Register.
Preparation of surveys and risk assessments as part of a Client's compliancy requirements including upon an annual basis as required.
Reviews and updates of Client's Asbestos Management Plan.
Linking the Asbestos Risk Register and Management Plan with the Client's Repair or Property Order System.
Training of and informing the Client and its staff relating to existing and/or future changes in Regulations and duties under the Control of Asbestos Regulations, other related legislation and Codes of Practice.
Providing advice to the Client and Consultants and Contractors appointed by the Client.
2. Asbestos management, refurbishment and demolition surveys including the execution of combined surveys i.e. R&D; and management.
3. Individual bulk sampling of suspect materials on an ad-hoc basis.
4. Professional and concise asbestos reports in accordance with HSG264 including material risk assessments and the provision where required of reports to meet specific asbestos operating templates of Clients.
5. Reports as an Excel file in the correct format compatible with meeting the Client's asbestos database.
6. Analysis of asbestos bulk samples through the use of a UKAS accredited ISO 17025 laboratory whether samples taken under the Contract with the Client or by others including the Client's organisation.
7. Day to day asbestos surveys including those required by a Client to be executed with 48 hours of issue of Orders from the Client.
8. Out of hours asbestos surveys.
9. Emergency asbestos surveys.
10. Accelerated provision for undertaking surveys and bulk sampling and providing the Client with results and reports, including providing verbal results of sample testing by phone with report to follow.
11. Asbestos Risk Assessments.
2)Common procurement vocabulary (CPV)

90650000 - DA03, 71600000 - DA03, 71630000 - DA03, 71632000 - DA03, 71620000 - DA03, 71621000 - DA03, 79311300 - DA03, 90731000 - DA03, 90731400 - DA03, 90731800 - DA03, 90731100 - DA03

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Workstream 2
1)Short description
Workstream 2 requires the provision of:
1. Air Sampling and Air Monitoring Services, including:
Undertaking air monitoring / air tests at the removal of asbestos and for reassurance.
Issuing four stage clearance certification that is compliant with HSG248.
Providing all air monitoring certificates in electronic format with agreed time frames.
Auditing licensed asbestos removal contractor's method statements and site operation.
Providing background, leak and smoke testing as required.
Provision of scope / specification of work for remediation works.
Out of hours air sampling and air monitoring services.
Emergency air sampling and air monitoring services.
Accelerated execution of air monitoring / air tests and provision of all certification documentation to the Client.
2. Asbestos Management services excluding supervision of removal projects including:
Undertaking and preparing third party Gap Analysis of Client's in-house procedures.
Reviewing and updating Client's Asbestos Risk Register.
Preparation of surveys and risk assessments as part of a Client's compliancy requirements including upon an annual basis as required.
Reviews and updates of Client's Asbestos Management Plan.
Linking the Asbestos Risk Register and Management Plan with the Client's Repair or Property Order System.
Training of and informing the Client and its staff relating to existing and/or future changes in Regulations and duties under the Control of Asbestos Regulations, other related legislation and Codes of Practice.
Providing advice to the Client and Consultants and Contractors appointed by the Client.
Note The scope of services for this Workstream 2 of Framework AS1 excludes the Management and Supervision of asbestos removal/remediation projects or providing assistance and advice to the Client's
Asbestos Team in the management and supervision of projects. The Management and Supervision of asbestos removal/remediation projects are covered in Workstream 1
2)Common procurement vocabulary (CPV)

90650000 - DA03, 71600000 - DA03, 71630000 - DA03, 71632000 - DA03, 71620000 - DA03, 71621000 - DA03, 79311300 - DA03, 90731000 - DA03, 90731400 - DA03, 90731800 - DA03, 90731100 - DA03

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Contractual warranties may be required by the arrangement users for individual contracts.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details to be agreed with users for individual contracts.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Groups of suppliers tendering will be required to assume a specific legal form if successful.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Key Performance Indicators will be shown in the tender documents and monitored during the arrangement.
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: Described in the Pre-Qualification Questionnaire, which is downloadable from LHC's Buyer Profile www.lhc.gov.uk/24 in accordance with Article 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 as amended by Public Contracts Regulations (Amendment) 2009 and as set out in the Offer Document.

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: Described in the Pre-Qualification Questionnaire, which is downloadable from LHC's Buyer Profile www.lhc.gov.uk/24 in accordance with Article 47 of Directive 2004/18/ EC and Regulations 24 of the Public Contracts Regulations 2006 as amended by Public Contracts Regulations (Amendment) 2009 and as set out in the Offer Document.

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

Described in the Pre-Qualification Questionnaire, which is downloadable from LHC's Buyer Profile www.lhc.gov.uk/24 in accordance with Article 48 to 50 of Directive 2004/18/EC and Regulations 25 of the Public Contracts Regulations 2006 as amended by Public Contracts Regulations (Amendment) 2009 and as set out in the Offer Document

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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: and maximum number 10

Objective criteria for choosing the limited number of candidates: As set out in the PQQ, which is downloadable from LHC's Buyer Profile www.lhc.gov.uk/24All expressions of interest are required to be accompanied by a completed Pre-Qualification Questionnaire, which is downloadable at www.lhc.gov.uk/24 Expressions of interest not accompanied by completed Pre-Qualification Questionnaires will be rejected, and economic operators submitting unaccompanied expressions will not be considered.

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: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
AS1
IV.3.2)Previous publication(s) concerning the same contract
no
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: 26.7.2013 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
7.8.2013 - 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 of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
SMEs
LHC 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.

Economic Operators wishing to tender for this framework arrangement are required to complete and submit a Pre-Qualification Questionnaire, which is downloadable from LHC Buyer Profile www.lhc.gov.uk/24 . All expressions of interest are required to be accompanied by a completed Pre-Qualification Questionnaire. Expressions of interest not accompanied by a completed Pre-Qualification Questionnaires will be rejected, and economic operators submitting unaccompanied expressions of interest will not be considered.

Call-off projects
Call-off projects may be subject to mini tenders or competition between companies appointed to the arrangement and LHC may introduce secondary tendering processes including electronic processes for call-off projects on behalf of participating bodies.
It is envisaged that the minimum number of operators will be three in each of the two workstreams in this London Lot.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

LHC
Royal House, 2-4 Vine Street
UB8 1QE Uxbridge
UNITED KINGDOM
E-mail:
Telephone: +44 1895274800
Internet address: http://www.lhc.gov.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulations 32 and 47 of the Public Contracts Regulations 2006 as amended by Public Contracts (Amendment) Regulations 2009
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
1.7.2013