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

Asbestos Surveying, Sampling, Analysis & Monitoring Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

East Ayrshire Council
Corporate Procurement Team, London Road HQ
Contact point(s): Legal, Procurement & Regulatory
For the attention of: Heather Murray
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576125
E-mail:
Fax: +44 1563576179

Internet address(es):

General address of the contracting authority: http://www.east-ayrshire.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223

Further information can be obtained from: East Ayrshire Council
Corporate Procurement Team, London Road HQ
For the attention of: Refer to Additional Information
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576125
Fax: +44 1563576179
Internet address: http://www.east-ayrshire.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: East Ayrshire Council
Corporate Procurement Team, London Road HQ
For the attention of: Refer to Additional Information
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576125
Fax: +44 1563576179
Internet address: http://www.east-ayrshire.gov.uk

Tenders or requests to participate must be sent to: East Ayrshire Council
Corporate Procurement Team, London Road HQ
For the attention of: Refer to Additional Information
KA3 7BU Kilmarnock
UNITED KINGDOM
Telephone: +44 1563576125
Fax: +44 1563576179
Internet address: http://www.east-ayrshire.gov.uk

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:
Asbestos Surveying, Sampling, Analysis & Monitoring Service.
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: East Ayrshire.

NUTS code UKM33

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, sampling, analysis and air monitoring service on a responsive, planned and emergency basis within domestic and non-domestic premises in various communities throughout East Ayrshire.
The Council has 2 separate contracts relating to Asbestos, one for Asbestos Removal and one for Asbestos Surveying, Sampling, Analysis & Monitoring (ie this tender exercise). It is the Council's view that there would be a conflict of interest for the same organisation (Contractor) to provide the service for both contracts, therefore the incumbent Contractor (or any organisation within their group) currently providing the Asbestos Removal service cannot be awarded this Contract. The same will apply to the Contractor (or any organisation within their group) who is successful in this tender exercise that they cannot be awarded the Contract for Asbestos Removal when tendered in the future.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=229405.

The awarding authority has indicated that it will accept electronic responses to this notice via a 'Tender Submission Postbox' facility. Further details of this facility are available at http://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=229405.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.
II.1.6)Common procurement vocabulary (CPV)

90731800, 71610000, 71620000, 71315300, 71315300, 71600000, 71630000, 71900000, 79311000, 71631300, 90700000, 71317200

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:
As a guide, during 2012/2013 refer to details within the Schedule of Rates in the tender documents.
The contract will be for a period of 3 years with 2 one-year extension options.
II.2.2)Information about options
Options: yes
Description of these options: 2 separate one year extension options
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
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:
30 days in arrears
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No specific legal form is required but each bid shall specify the main Contractor with whom the Council will contract, all other bidders in the group being sub-contracts to the main Contractor.
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
Refer to tender documents
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
Minimum level(s) of standards possibly required: Refer to tender documents
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(8) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(9) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(10) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
Minimum level(s) of standards possibly required:
Refer to tender documents
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
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
Open
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
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:
PS/13/23
IV.3.2)Previous publication(s) concerning the same contract
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: 17.5.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
23.5.2013 - 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: yes
Estimated timing for further notices to be published: 3, 4 or 5 years, dependent on extension options.
VI.2)Information about European Union funds
VI.3)Additional information
All tenderers expressing an interest will be invited to tender. Expressions of Interest must be made via the Public Contracts Scotland website - this will be conducted as an eTender, therefore tender documents must be downloaded, completed and uploaded again via the Public Contracts Scotland website. Expressions of Interest and downloading of documents must be made by 17 May 2013 with tender submissions uploaded by 12 noon on 23 May 2013 - no late expressions of interest or
tenders can be accepted.
All queries during the tender period should be submitted using the Public Contracts Scotland Question & Answer facility. Tenderers should allow sufficient time to upload their completed tender document to allow for any technical difficulties - if there is a problem tenderers should contact the Public Contracts Scotland Helpdesk immediately, and in any event before the 12 noon deadline.
(SC Ref:229405)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Refer to VI.4.2)
-
- -
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts(Scotland) Regulations 2006 (SSI 2006/1) (as amended) may bring proceedings in the Sherriff Court or the Court of Session.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
12.4.2013