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

Corporate Asbestos Surveys and Analytical Contract 2014 - 2018.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Reading Borough Council
Civic Offices
RG1 7AE Reading
UNITED KINGDOM
Telephone: +44 1189372945
E-mail:
Fax: +44 1189372278

Internet address(es):

General address of the contracting authority: www.reading.gov.uk

Electronic access to information: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype;=viewcontract®ion;=REG-UATA-79EMAL&authority;=ORG-DNWA-7BSKBT&docid;=OS-DNWA-9FSGJQ&sd;=&stype;=&rv;=authority&start;=1&count;=10&contentid;=1.003

Further information can be obtained from: Reading Borough Council
Corporate Support Services, 19 Bennet Road
Contact point(s): Facilities Management (Property Services)
For the attention of: Christopher Rumbold
RG2 0QX Reading
UNITED KINGDOM
Telephone: +44 1189373079
E-mail:
Fax: +44 1189373994

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Reading Borough Council
Corporate Support Services, 19 Bennet Road
Contact point(s): Facilities Management (Property Services)
For the attention of: Christopher Rumbold
RG2 0QX Reading
UNITED KINGDOM
Telephone: +44 1189373079
E-mail:
Fax: +44 1189373994

Tenders or requests to participate must be sent to: Reading Borough Council
Corporate Support Services, 19 Bennet Road
Contact point(s): Facilities Management (Property Services)
For the attention of: Heloise Hedge
RG2 0QX Reading
UNITED KINGDOM
Telephone: +44 1189374989
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
Environment
Health
Housing and community amenities
Social protection
Recreation, culture and religion
Education
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:
Corporate Asbestos Surveys and Analytical Contract 2014 - 2018.
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

NUTS code UKJ11

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 a single operator

Duration of the framework agreement

Duration in months: 48

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

Estimated value excluding VAT: 600 000 GBP
II.1.5)Short description of the contract or purchase(s)
Technical testing, analysis and consultancy services. Technical inspection and testing services. Analysis services. Technical analysis or consultancy services. Airborne particle monitoring. Monitoring and control services. Surveying services. The Council is inviting tenders for the provision of an Asbestos Survey and Analytical Service to meet the Council's legal responsibilities under the Control of Asbestos Regulations 2012, in order to safeguard the health and safety of its employees and building occupants and to assist in the management and control of asbestos within the Council's corporate properties.
The Contract will include, but not be restricted to the following:
- Air monitoring
- Bulk sampling
- Management surveys
- Refurbishment surveys
- Demolition surveys
- Undertaking annual reinspection surveys
- Periodic monitoring of known asbestos within properties
- Act as the analytical specialist during any asbestos removal works
II.1.6)Common procurement vocabulary (CPV)

71600000, 71630000, 71620000, 71621000, 90731800, 71700000, 71355000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The contract will cover approximately 199 properties consisting of Corporate Buildings and schools. The contract will operate for a period of 4 years, dependent upon contractors' performance. All values given are indicative only as the Council cannot guarantee the future level of need or services required under the contract. For illustrative purposes it is estimated that the potential total annual value is GBP 150 000 over the 4 year term.
Estimated value excluding VAT: 600 000 GBP
II.2.2)Information about options
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: 48 (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:
As indicated in the Invitation to Tender (ITT) documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Tenders must be priced in pounds sterling and all payments under the contract shall be made in pounds sterling (GBP). Actual method of payment to the contractor will be indicated in the Invitation to Tender (ITT) documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Any group of economic operators must take a form which can contract in English law or must accept joint and several liability.
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. The applicable terms will be set out in the Invitation to Tender (ITT) document.
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr

Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Evidence of economic and financial standing will be required as defined in the Pre-Qualification Questionnaire (PQQ). Failure to provide the required information will result in the potential applicant being excluded.
Minimum level(s) of standards possibly required: As set out in the Pre-Qualification Questionnaire (PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Evidence of technical capacity will be required as defined in the Pre-Qualification Questionnaire (PQQ). Failure to provide the required information will result in the potential applicant being excluded.
Minimum level(s) of standards possibly required:
As set out in the Pre-Qualification Questionnaire (PQQ). Contractors will be required to evidence UKAS accreditation to ISO 17025 and ISO 17020 or EU equivalent.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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 5: and maximum number 8
Objective criteria for choosing the limited number of candidates: Evidence of economic and financial standing and technical competence will be required as defined in the Pre-Qualification Questionnaire (PQQ). There will be some pass/fail criteria contained within the PQQ. Candidates who do not demonstrate compliance with any of the pass/fail criteria will be excluded from the procurement exercise. Based on the selection criteria which will be contained in the PQQ, the contracting authority will select up to a maximum of 8 potential providers who will be taken through to the Invitation to Tender (ITT) stage.
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:
Contract No. SC123
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: 13.3.2014 - 23:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.3.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
14.4.2014
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
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

The Pre-Qualification Questionnaire (PQQ) documentation relating to this tender can be downloaded from the South East Business Portal via the following link: https://www.businessportal.southeastiep.gov.uk/sece/opportunity.nsf/fcontent?ReadForm&requesttype;=viewcontract®ion;=REG-UATA-79EMAL&authority;=ORG-DNWA-7BSKBT&docid;=OS-DNWA-9FSGJQ&sd;=&stype;=&rv;=authority&start;=1&count;=10&contentid;=1.003; the Portal is free of charge - to register please follow the supplier registration guidance which is available on the Portal.

Contractors wishing to be considered for this tendering opportunity must complete the PQQ and return it in hardcopy with the requested supporting documents to the Request to Participate address given at Section I.1 of this notice. In addition to the three hard copies required contractors must also provide an electronic version of their PQQ submission on an encrypted memory stick (USB) which must replicate exactly the hard copy submission in all respects. The deadline for return of the PQQ is stipulated at Section IV.3.4. Please note: you must register your interest via the South East Business Portal if you intend to submit a PQQ. If your organisation has not registered an expression of interest we will not be able to send you any amendments to the PQQ documents, or send you responses for requests for PQQ clarification from other potential candidates. You are advised to register your interest in this opportunity if you wish to be automatically supplied with supplementary information. Any further information, such as PQQ clarification questions and responses will be uploaded to the South East Business Portal. The PQQ documents will be available for download up until the closing time and date for submissions, it is the organisation's responsibility to ensure that they download the documents in ample time to ensure that they can be completed and returned, along with supporting documents, prior to the closing time and date stipulated at Section IV.3.4.
The contracting authority does not bind itself to enter into any contract as a result of the publication of this contract notice and will not, under any circumstances, have any liability for any costs any person responding to this contract notice incurs in any part of the tender process.
To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=83673031

GO Reference: GO-2014128-PRO-5420039
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Reading Borough Council
Corporate Support Services, Facilities Management (Property Services), 19 Bennet Road
RG2 0QX Reading
UNITED KINGDOM
Telephone: +44 1189373737

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32 (information about contract award procedures and the application of standstill prior to contract award) and Regulation 47 (enforcement of obligations) of the UK's Public Contracts Regulations 2006 as amended by the Public Contracts (Amendment) Regulations 2009.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
28.1.2014