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

bpha Asset Management - Asbestos Consultancy Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

bpha Limited
Unit 23-24, Bedford Heights, Manton Lane
For the attention of: Stephen Storey, Alex Liburd
MK41 7BJ Bedford
UNITED KINGDOM
Telephone: +44 1234221273
E-mail: [email protected][email protected]

Internet address(es):

General address of the contracting authority: http://www.bpha.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
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:
bpha Asset Management - Asbestos Consultancy Services.
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: Cenrtral, Southern and Eastern England with main works in Bedfordshire, Buckinghamshire and Cambridgeshire.
NUTS code
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)
Provision of asbestos consultancy and associated services to include the survey of domestic and commercial properties, production of reports to identify possible asbestos containing material and recommendations for the management thereof and air monitoring of properties during the removal of asbestos containing material by others.
II.1.6)Common procurement vocabulary (CPV)

90650000, 71315300

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:
Specialist services (asbestos consultancy) to entire bpha stock for contract term of 5 years.
Estimated value excluding VAT:
Range: between 350 000 and 700 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The initial contract term will be for 5 years but will incorporate options for both parties to determine the Contract with a notice period to be determined.
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: 60 (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:
Details of any guarantees and the like will be set out in the Tender/Contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of financial conditions and payment arrangements will be set out in the Tender/Contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No consortium bids will be considered by the Contracting Authority. Expressions of interests will only be considered from one service provider.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The performance of the contract will be subject to measurement against key performance indicators (KPIs), details of which will be set out in the Tender/Contract documents.
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 Directive 2004/18/EC. The questionnaire is available and should be requested from the point of contact(s) named in Section I.1 and must be returned to the specified persons 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 Directive 2004/18/EC. The questionnaire is available and should be requested from the point of contact(s) named in Section I.1 and must be returned to the specified persons by the date stipulated at Section IV.3.4.
Minimum level(s) of standards possibly required: Will be as detailed in the Pre-Qualification Questionnaire.
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 Directive 2004/18/EC. The questionnaire is available and should be requested from the point of contact(s) named in Section I.1 and must be returned to the specified persons by the date stipulated at Section IV.3.4.
Minimum level(s) of standards possibly required:
Will be as detailed 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: To an organisation or persons competent in the surveying of buildings to highlight the presence of asbestos containing material and the provision of professional advice to the Contracting Authority of all matters relating to the same.
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 4: and maximum number 8
Objective criteria for choosing the limited number of candidates: Will be as detailed in the Pre-Qualificatgion Questionnaire
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:
bpha/ACS/2014
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: 10.3.2014 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
10.3.2014 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
31.3.2014
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
It is anticipated that the contract will be let on a measured term contract basis (JCT2011 Edition) for a 5 year period. The Contracting Authority reserves the right to cancel the procurement and not to proceed with award at any stage of the process. The Contracting Authority does not give any guarantee of any amount of work to be requested as part of any contract awarded. Any contract values referred to within this notice are indicative and not guaranteed.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

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

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Any appeal in relation to the award of this contract should be directed to the person or persons named in Section I.1. The Contracting Authority will allow a period of at least 10 calendar days between the date it gives to candidates of the decision to award the proposed agreement and the date on which it proposes to conclude the agreement. If by midnight on the second working day of the ten day standstill period, the contracting authority receives a request in writing from a candidate as to why it was unsuccessful, the Contracting Authority is required to provide addtiional information to the candidate. That information must be provided at least three working days before the expiry of the ten days standstill period although the standstill period may be extended if it is not possible to to provide such additional information to the candidate. An aggrieved applicant who claims it has suffered or risked loss as a result of a breach by the Contracting Authority of its duties under the Public Contract Regulations 2006 may take proceedings in the High Court. Any such proceedings must be brought promptly and, in any event, within 3 months from the date on which grounds for bringing proceedings first arose, unless otherwise extended by the Courts.
VI.4.3)Service from which information about the lodging of appeals may be obtained

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

VI.5)Date of dispatch of this notice:
24.1.2014