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

Housing Asbestos Surveys, Sampling & Monitoring Contract.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

London Borough of Hammersmith and Fulham
Town Hall, King Street, Hammersmith
W6 9JU London
UNITED KINGDOM

Internet address(es):

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

Electronic access to information: http://londontenders.org/procontract

Electronic submission of tenders and requests to participate: http://londontenders.org/procontract

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 agency/office
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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Housing Asbestos Surveys, Sampling & Monitoring Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Within the geographical area of the London Borough of Hammersmith & Fulham.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Contracting Authority representing its leaseholders, tenants, residents and Contracting Authority's Council-tax payers (both current and future) wishes to procure a suitably qualified external contractor to carry out asbestos surveys, sampling and monitoring on 91 Housing Revenue Account (HRA) residential estates in the borough with the remit being:
1.1 The London Borough of Hammersmith and Fulham requires a Service Provider to undertake asbestos surveys and re-surveys of the communal areas, common parts and some tenanted dwellings. The Council has approximately 17,100 homes, of which approximately 12,700 are tenanted and 4,400 are leasehold. There are approximately 1990 blocks varying from purpose built high rise accommodation to converted street properties.
1.2 In addition it is intended to undertake some sample surveying of tenanted properties, amounting to approximately 600-700 properties per annum.
1.3 The Council also requires the successful service provider to offer a back-up service for its corporate buildings should the need arise.
1.4 The service will include sampling, testing and air monitoring where relevant.
II.1.6)Common procurement vocabulary (CPV)

45262660, 90650000, 71630000

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: no
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:
1.1 Asbestos surveys and re-surveys of the communal areas, common parts and some tenanted dwellings. The Council has approximately 17,100 homes, of which approximately 12,700 are tenanted and 4,400 are leasehold. There are approximately 1990 blocks varying from purpose built high rise accommodation to converted street properties.
1.2 In addition it is intended to undertake some sample surveying of tenanted properties, amounting to approximately 600-700 properties per annum.
1.3 The Council also requires the successful service provider to offer a back-up service for its corporate buildings should the need arise.
1.4 The service will include sampling, testing and air monitoring where relevant.
Estimated value excluding VAT:
Range: between 2 100 000 and 3 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 28.4.2014. Completion 30.4.2021

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A Parent Company Guarantee may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments will be made in accordance with the conditions of contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability. Should the successful tenderer be a consortium of companies, the lead partner will be responsible for completing the commission on behalf of the consortium and all payments will be made to the lead partner for services rendered by the consortium. Support partners will be required to complete a collateral warranty agreement in favour of the Contracting Authority.
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: Information and formalities necessary for evaluating if requirements are met: As set out in Articles 45 of Directive 2004/18/EC (and Regulation 23 of the UK Public Contract Regulations 2006). Economic operators will be required to complete a Selection Questionnaire, part of which will include information their personal situation/circumstances. The Selection Questionnaire will contain the Contracting Authority's requirements and how the information supplied by the Economic Operators will be evaluated in order to select those who qualify to be evaluated for their Qualitative and Pricing submissions. The Selection Questionnaire can be obtained from the London Tenders Portal (see I.1 above).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in Article 47 of Directive 2004/18/EC (and Regulation 24 of the UK Public Contract Regulations 2006). Economic Operators will be required to complete a Selection Questionnaire, part of which will include information on their economic and financial capacity. Whilst it is not possible to be precise, Economic Operators are required to be of a sufficient size to operate the contract and are likely to also be operating conracts of similar size.
Minimum level(s) of standards possibly required: Failure to achieve the minimum requirements set out in the Selection Questionnaire shall result in the application being unsuccessful.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if requirements are met: As set out in Articles of Directive 2004/18/ EC (and Regulations 25 of the UK Public Contract Regulations 2006). Economic operators will be required to complete a Selection Questionnaire, part of which will include information on their technical and professional ability, as well as providing evidence on their quality assurance and environmental management measures. It should be noted that Economic Operators unable to demonstrate experience of providing similar may not be invited to participate.
Minimum level(s) of standards possibly required:
As set out in the Selection Questionnaire.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
London Tenders ref DNWC - 9F4HK5
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: 13.2.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.2.2014 - 03:00
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
Duration in months: 6 (from the date stated for receipt of 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

This contract will be tendered under an e-procurement website https://www.londontenders.org. All Expressions of Interest, Selection Questionnaire, Instructions to Tender and questions relating to the tender process will be received through this website. All contract documentation and Economic Operator submissions will be issued and submitted via the website. Requests to participate, Selection Questionnaire's and Tenders received outside of the website will not be accepted.

The Award Decision will be drawn from the evaluation of Tender responses to the Invitation to Tender which is available on the London Tenders Portal (see I.1 above).
Under the Public Procurement Regulations 2006 the Contracting Authority is permitted to take Economic Operator's past 3 years annual accounts, which helps the Contracting Authority determine whether the Economic Operator's financial standing meets the Contracting Authority's requirements. In the UK these accounts are public documents so the Contracting Authority does not require these at this stage. However the Contracting Authority will be taking financial reference and credit checks using it's appointed credit reference agency, Credit Safe UK. Applicants may contact Credit Safe UK to ensure the details they hold of the company are correct.
Economic Operators must request a copy of the Selection Questionnaire through London Tenders Portal (see I.1 above). Full instructions on registering and downloading the Selection Questionnaire and Invitation to Tender are contained on the London Tenders Portal, complete and return it on or before 03:00:00 Hrs 13.2.2014 (in accordance with the instructions contained on the website). Failure to complete and return the Selection Questionnaire and Tender in the prescribed manner will lead to the application being rejected.

Economic operators should make themselves familiar with the appropriate guidance and / codes of practice that are currently in force and issued by the "Equality and Human Rights Commission" (http://www.equalityhumanrights.com/) a statutory commission set up by the UK Government.

The contract is expected to commence on April 2014 and run for a period of 52 years with the option of a single one two year extension.
Economic Operators should note that this procurement is also undertaken for and on behalf of all future users and residents of the Contracting Authority, as notified to the selected Contractors via the relevant contractual process.
The Contracting Authority anticipates that the Business Transfers Directive 2001/23/EC as implemented by the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to the transfer of personnel from incumbent contractors under this procurement. The Contracting Authority's detailed requirements will be set out in the Contract Documents.
The Contracting Authority reserve the right to cancel the procurement and/or not award a contract and/or to award a contract for part or parts of the Programme only. The Contracting Authority offers no guarantee or warranty as to the nature or volume, if any, of the services or the number of call-offs, if any, under any contract.
The Contracting Authority is not liable for any costs incurred by those expressing an interest in this contract opportunity.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained

Cabinet Office, Efficiency & Reform Group
Roseberry Court, Andrew's Business Park
NR7 0HS Norwich
UNITED KINGDOM

VI.5)Date of dispatch of this notice:
7.1.2014