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

Asbestos Abatement to Social Housing Properties within the Bolton Area.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Bolton at Home Limited
Housing Project Services, Valley House, 98 Waters Meeting Road
Contact point(s): Housing Project Services, Valley House, 98 Waters Meeting Road, Bolton, BL1 8SW
For the attention of: David Raby
BL1 8SW Bolton
UNITED KINGDOM
Telephone: +44 1204329745
E-mail:

Internet address(es):

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

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
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:
Asbestos Abatement to Social Housing Properties within the Bolton Area.
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 borough of Bolton.

NUTS code UKD32

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: 7

Duration of the framework agreement

Duration in years: 2

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

Estimated value excluding VAT:
Range: between 300 000 and 450 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Contract is for asbestos abatement (removal and treatment) to occupied and void social housing properties. This includes the provision of electronic data to be supplied in line with current requirements and the software database employed by Bolton at Home.
II.1.6)Common procurement vocabulary (CPV)

90650000

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: 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:
Bolton at Home has 18 000 properties of which the following asbestos abatement services are required:
a. The removal of various types of asbestos material from Bolton at Home properties.
b. Asbestos waste collection and disposal.
c. Alterations such as cutting, forming holes and scraping textured coatings.
d. Encapsulation of asbestos materials which are not to be removed.
e. Replacement of asbestos materials which have been removed with non-asbestos alternatives.
f. The construction (including scaffolding) and subsequent removal of suitable enclosures around ACM's and other operations in accordance with the Specification.
g. Notification to the appropriate enforcing authority regarding the removal or encapsulation of any asbestos.
h. The provision of documentation to Bolton at Home's Asbestos Management Team with regard to the removal and disposal of hazardous substances.
i. The contractor will, via a live link, be required to immediately update asbestos records held electronically on Bolton at Home's computerised Asbestos Management System when asbestos materials are removal, encapsulated etc.
j. The Contract will be for 2 years with an option to extend one year and a further 1 years (4 years in total) subject to performance and service requirements.
k. Estimated value GBP 300 000 annually.
Estimated value excluding VAT:
Range: between 300 000 and 450 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Contract will be for a period of 24 (twenty four) months (from the award of Contract) with an option to further extend 1 year and a further 1 year (4 years in total) subject to performance and service requirements.
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: 24 (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:
The Registered Provider reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Invoices shall be submitted on a monthly basis for work completed and asbestos records updated. Payments shall only be executed on receipt of a valid order number and invoice and shall be subject to Bolton at Home terms and conditions.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Any consortium that intends to bid must have formed a legal entity before any contract can be awarded. All parties forming that legal entity shall be held jointly and severally liable for any breaches, damages or losses sustained by Bolton at Home.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: All applicants are required to fully complete a pre-qualification questionnaire issued by Bolton at Home. The PQQ submission date is 12.00 pm 17.2.2014.
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Public Contract Regulations 2006 and subsequent amendments and current English law;
(i) has been the subject of a conviction for corruption, fraud or money laundering as defined by Public Contract Regulations 2006 and subsequent amendments and current English law;
(j) Applicants must be a member of ARCA or ACAD or similar trade association and must hold a current 3 year asbestos removal licence issued by Health and Safety Executive or demonstrate equivalent.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The requirements to fulfill economical and financial capacity shall be set out in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The requirements to fulfill technical capacity shall be set out in the pre-qualification 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: yes
Reference to the relevant law, regulation or administrative provision: The Contractor strictly comply with the following Statutes, Statutory Instruments, Approved Codes of Practice and Guidance:
The Control of Asbestos Regulations 2012.
The Approved Code of Practice: Management of Asbestos in non-domestic
premises, L127
HSG 247: The licensed asbestos contractors guide
HSG 248: Asbestos: The analysts guide for sampling, analysis and clearance procedures
HSG/189/2: Work with asbestos cement.
The Health and Safety at Work etc. Act 1974.
The Hazardous Waste Regulations 2005.
The Environmental Protection Act 1990.
The Control of Substances Hazardous to Health Regulations 2002
The Personal Protective Equipment Regulations 1992.
The Construction (Design & Management) Regulations 2007
Any subsequent amendments or additions together with the requirements of the Specification, Scope of Works, and instructions from the client's representative.
To fulfill the requirements set out under the pre-qualification questionnaire.
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: yes

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 3: and maximum number 7
Objective criteria for choosing the limited number of candidates: Restricted procedure being used
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
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
17.2.2014 - 12:00
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
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:
17.1.2014