Contract notice

Information

Published

Expire date: 14/02/2022

External Reference: 2022-513150

FTS Reference: 2022-000793

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Doncaster Council
182338557
Civic Office, Waterdale
Doncaster
DN1 3BU
UK
Contact person: Paul Beales
Telephone: +44 1302737414
NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
Internet address(es):
St Leger Homes of Doncaster Limited
St Leger Court, White Rose Way
Doncaster
DN4 5ND
UK
NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
Internet address(es):
Address of the buyer profile: www.stlegerhomes.co.uk

I.2)

Joint procurement

The contract involves joint procurement
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42262&B=UK
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of Asbestos Management Services – Lot 4
Reference number:  SLH21-CC139
II.1.2)

Main CPV code

90650000  -  Asbestos removal services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Doncaster Council and St. Leger Homes of Doncaster are looking to partner procure organisations to deliver asbestos services for properties managed by SLHD via a Framework agreement. This Lot is for Analytical Services. Air monitoring to be carried out by the Contractor to manage asbestos in its premises within its legal requirements and responsibilities as the duty holder as well as to ensure the safety of operatives whilst work is being conducted and occupants of the property once work has completed. Air monitoring is to be carried out during and after surveying, sampling, removal and remedial work in to avoid exposure of operatives or occupants to airborne asbestos contamination. This will be awarded to up to a maximum of 2 suppliers. Call-offs will be by direct award to the highest ranked bidder based on price and quality overall. The Contract duration is 2 years with 2 further options to extend of up to 12 months each.
II.1.5)

Estimated total value

Value excluding VAT: 160400.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

71000000  -  Architectural, construction, engineering and inspection services
II.2.3)

Place of performance

NUTS code:  UKE31 -  Barnsley, Doncaster and Rotherham
II.2.4)

Description of the procurement

Doncaster Council and St. Leger Homes of Doncaster are looking to partner procure organisations to deliver asbestos services for all properties managed by SLHD including, domestic properties, communal areas and commercial buildings via a Framework agreement. SLHD are an award winning company that provides housing services across Doncaster, managing manage in excess of 20,000 council dwellings along with a number of leasehold properties, gypsy and traveller sites, residential sites, garages, shops and communal buildings on behalf of the Council. This Lot is for Analytical Services. Air monitoring to be carried out by the Contractor to assist SLHD to manage asbestos in its premises within its legal requirements and responsibilities as the duty holder as well as to ensure the safety of operatives whilst work is being conducted and occupants of the property once work has completed. Air monitoring should be carried out during and after surveying, sampling, removal and remedial work in to avoid exposure of operatives or occupants to airborne asbestos contamination. This Lot will be awarded to up to a maximum of 2 suppliers. Call-offs from this lot will be by direct award to the highest ranked bidder based on price and quality overall. The Contract duration is 2 years with 2 further options to extend of up to 12 months each.
II.2.5)

Award criteria

Criteria below
Quality criterion  -  Name:  Technical and Survey  /  Weighting:  15
Quality criterion  -  Name:  Service Delivery and Resources  /  Weighting:  10
Quality criterion  -  Name:  Customer Liaison  /  Weighting:  10
Quality criterion  -  Name:  Quality Standards and Continuous Improvement  /  Weighting:  10
Quality criterion  -  Name:  Case Study Scenario  /  Weighting:  10
Quality criterion  -  Name:  Customer Complaints  /  Weighting:  10
Quality criterion  -  Name:  Social Value  /  Weighting:  10
Price  -  Weighting:  25
II.2.6)

Estimated value

Value excluding VAT: 160400.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
The Contract duration is 2 years with 2 further options to extend of up to 12 months.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  In the procurement documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  2
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/02/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  14/06/2022
IV.2.7)

Conditions for opening of tenders

Date:  14/02/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Doncaster Council
Civic Office, Waterdale,
Doncaster
DN1 3BU
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Doncaster Council
Civic Office, Waterdale,
Doncaster
DN1 3BU
UK