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

Red Kite Community Housing - Asbestos Surveys, Analysis, Removals and Remedial Works.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Red Kite Community Housing
Windsor Court, Frederick Place, Kingsmead Business Park, Buckinghamshire
For the attention of: Mark Haines
HP11 1JU High Wycombe
UNITED KINGDOM
Telephone: +44 1494476312
E-mail:

Internet address(es):

General address of the contracting authority: http://www.redkitehousing.org.uk

Further information can be obtained from: Ridge and Partners LLP
Beaumont House, 59 High Street, Theale
For the attention of: Team 209
RG7 5AL Reading
UNITED KINGDOM
Telephone: +44 1189323088
E-mail:
Fax: +44 1993815002
Internet address: www.ridge.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Ridge and Partners LLP
Beaumont House, 59 High Street, Theale
For the attention of: Team 209
RG7 5AL Reading
UNITED KINGDOM
Telephone: +44 1189323088
E-mail:
Fax: +44 1993815002
Internet address: www.ridge.co.uk

Tenders or requests to participate must be sent to: Ridge and Partners LLP
Beaumont House, 59 High Street, Theale
For the attention of: Team 209
RG7 5AL Reading
UNITED KINGDOM
Telephone: +44 1189323088
E-mail:
Fax: +44 1993815002
Internet address: www.ridge.co.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Red Kite Community Housing - Asbestos Surveys, Analysis, Removals and Remedial Works.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: District of Wycombe, England.

NUTS code UKJ13

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)
The survey, testing and removal of asbestos containing material and remedial works in Red Kite Community Housing's residential properties. Please note we are seeking separate contractors for Lots 1 and 2. Whilst we welcome applications for either of the Lots, 2 separate contractors will be appointed.
II.1.6)Common procurement vocabulary (CPV)

90650000, 71600000, 71610000, 71630000, 71700000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
Three year contract with potential extension of up to 2 years overall. Total annual value between 360 000 GBP and 410 000 GBP for removals and between 240 000 GBP and 270 000 GBP for survey and analysis services.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Asbestos Surveys, Testing and Analysis
1)Short description
Surveys, sampling and assessment of asbestos containing materials to residential properties and communal areas.
2)Common procurement vocabulary (CPV)

71600000, 71610000, 71630000, 71700000

3)Quantity or scope
The approximate total annual value is between 240 000 and 270 000 GBP.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Asbestos Removal and Remedial Works
1)Short description
Removal and disposal of asbestos containing material and associated remedial works to residential properties and communal areas.
2)Common procurement vocabulary (CPV)

90650000

3)Quantity or scope
The approximate total annual value is between 360 000 and 410 000 GBP.
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:
if applicable, details of deposits and guarantees will be set out in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be set out in the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Individual bidder or joint bid will be considered.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Performance in accordance with particular output based standards and Key Performance Indicators will be required.
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: Applicants will be required to complete a pre-qualification questionnaire consistent with the provisions of Directive 2004/18/EC. The Contracting Authority need not consider any request to participate unless it is accompanied by a completed pre-qualification questionnaire. The questionnaire is available from the address in Annex A below and must be returned in acoordance with the provisions set out in the pre-qualification questionnaire by the date stipulated at Section IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a pre-qualification questionnaire consistent with the provisions of Directive 2004/18/EC. TheContracting Authority need not consider any request to participate unless it is accompanied by a completed pre-qualification questionnaire. The questionnaire is available from the address in Annex A below and must be returned in acoordance with the provisions set out in the pre-qualification questionnaire by the date stipulated at Section IV.3.4.
Minimum level(s) of standards possibly required: As set out in the pre-qualification questionnaire. In addition to meeting the minimum levels, only the highest scoring 6-8 applicants will be invited to tender for each Lot.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a pre-qualification questionnaire consistent with the provisions of Directive 2004/18/EC. TheContracting Authority need not consider any request to participate unless it is accompanied by a completed pre-qualification questionnaire. The questionnaire is available from the address in Annex A below and must be returned in acoordance with the provisions set out in the pre-qualification questionnaire by the date stipulated at Section IV.3.4.
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire. In addition to meeting the minimum levels, only the highest scoring 6-8 applicants will be invited to tender for each Lot.
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: yes
Reference to the relevant law, regulation or administrative provision: Survey companies must be accredited with ISO/IEC 17020. Individual surveyors are required to be accredited to ISO/IEC 17024. Laboratories must be UKAS accredited.
Removal works must be carried out by a licensed contractor holding a valid standard licence in compliance with the Control of Asbestos Regulations 2012.
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 6: and maximum number 8
Objective criteria for choosing the limited number of candidates: In accordance with the provision of Directive 2004/18/EC. Those meeting minimum standards and scoring the highest overall to place them in the top 6-8 applicants.
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:
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: 18.10.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.10.2013 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
2.12.2013
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079477000

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32(Information about Contract Award Procedures) Regulation 32A (Standstill Period), Regulation 47 and Regulations 47D to 47N (inclusive) of the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
18.9.2013