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

SOJ-T-TTS-Asbestos Disposal Project.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

States of Jersey
Corporate Procurement, Treasury and Resources Department, Cyril Le Marquand House
For the attention of: Mr Daniel De La Cour
JE4 8UL St Helier
UNITED KINGDOM
Telephone: +44 1534440217
E-mail:

I.2)Type of the contracting authority
Regional or local authority
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:
SOJ-T-TTS-Asbestos Disposal Project.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance: Jersey.
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 States of Jersey Transport and Technical Services Department
Asbestos Disposal Request for Information (RFI).
Introduction
The States of Jersey (SoJ) are currently researching the possibilities of on Island processing and disposal of asbestos waste.
SoJ are currently in the early stages of developing an on Island asbestos strategy and before deciding on how best to embark on a procurement exercise are conducting market research into available technologies.
Any contractor or technology supplier who believes they are able to fulfil the Island's needs as briefly outlined in this RFI are encouraged to respond to this request for information detailing the following;
- A basic description of the disposal strategy.
- A basic process description and design concept.
- Materials reception and storage strategy.
- Materials handling strategy.
- Estimated manpower and operational requirements.
- Specialised skill requirements.
- Overall plant energy requirements.
- Land area requirements.
- Environmental compliance standards.
- Indicative operational costs and indicative capital costs for budgetary purposes. This is not a request for quotation or tender.
Outline Requirement
There is approximately 1 400 tonnes of asbestos contaminated materials stored on the island. The Island produces 550 to 700 tonnes of asbestos waste per year and of this approximately 20 % is licenced. The envisaged process should be able to cope with licenced and unlicensed asbestos waste.
There is a requirement on Jersey to neutralise and dispose of historic stockpiles of asbestos waste materials and future asbestos waste arising's from the Island. The neutralization and disposal method must be to the highest environmental standards and the residues from the facility must be deemed to be safe for eternity.
The facility is to be regulated to the highest standards by The States Of Jersey Department of Planning and Environment Waste Regulators and the proof of emissions and processes security must be open to scrutiny by members of the public and NGO's. A suitable disposal route for any arising's from the disposal process must be considered in the overall scheme.
The neutralisation process must be capable of dealing with a wide range of asbestos materials and materials that have asbestos attached to them.
Any proposed plant or process must have a low visual impact and must not produce odours, noise or any other effect that may impact on residential or recreational areas.
The proposed method of operation is to build and commission a plant that is oversized for the Island need. This plant will then process the historic stockpiles on a continuous basis until they are safe. The plant will then operate in a batch mode to process asbestos materials collected over short periods of time. It may be possible to implement a solution that has a temporary processing plant and a permanent processing plant with the temporary plant being disassembled and removed when the stockpiles have been diminished.
The requisite Planning permissions and Environmental permissions have not yet been applied for and the preferred contractor or technology supplier will use existing data and reference plants to assist with the submission to planning and Environment for approvals.
Submission of Information

Responses to this RFI are to be emailed to Richard Fauvel Acting Director, Waste Strategy, Transport and Technical Services Department at no later than 17.3.2014.

II.1.6)Common procurement vocabulary (CPV)

90650000, 45262660, 42000000, 44000000, 73000000, 90000000

II.1.7)Information about Government Procurement Agreement (GPA)
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:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
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
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
17.3.2014 - 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
VI.2)Information about European Union funds
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:
18.2.2014