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

Asbestos Surveys and Testing.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Sentinel Housing Association
56 Kingsclere Road
Contact point(s): Randall Simmonds LLP
For the attention of: Adrian Brinkley
RG21 6XG Basingstoke
UNITED KINGDOM
Telephone: +44 1626201020
E-mail:

Internet address(es):

General address of the contracting authority: http://www.sentinelha.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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Asbestos Surveys and Testing.
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: North Hampshire and surrounding districts.
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)
Asbestos surveying and testing services, including technical building-inspection services, asbestos surveys to both occupied and vacant residential dwellings owned by Sentinel Housing Association. The scope includes inspections, surveying, sample taking and associated testing and analytical services by UKAS accredited laboratory (scientific services) for domestic properties, over a three year period, with Sentinels option to extend for a further 2 number 3 year periods, subject to an annual performance review. The Contract may be extended to encompass other services during the term.
II.1.6)Common procurement vocabulary (CPV)

90650000, 45262660

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:
Sentinel wishes to achieve value for money therefore seeks expressions of interest from experienced service delivery willing to implement best practice in their service delivery. Sentinel is seeking to enter into an agreement with a single service provider for a term of 3 years, with the option to extend for a further 2 number 3 year terms. Although Sentinel will retain the right to terminate the contract at any time during the term. Estimated contract value for surveys over the initial 3 year period is GBP 350k.
Estimated value excluding VAT: 350 000 GBP
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: 36 (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 the deposits and guarantees by Sentinel will be set out in the Tender and Contract Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Terms of financing and payment arrangements will be set out in the Tender and Contract Documents.
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.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: As set out in the pre-qualification questionnaire which is available from the Contact Point in I.1.
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 prequalification questionnaire. The questionnaire is available from Randall Simmonds LLP by e-mail from the Contact Point in I.1
Minimum level(s) of standards possibly required: Any minimum levels of economic and financial capacity required by Sentinel will be set out 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 prequalification questionnaire. The questionnaire is available from Randall Simmonds LLP by e-mail from the Contact Point in I.1.
Minimum level(s) of standards possibly required:
Any minimum levels of technical capacity required by Sentinel will 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: 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 4: and maximum number 6
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: 24.2.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
27.2.2014 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
7.3.2014
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM

Body responsible for mediation procedures

Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM

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:
27.1.2014