Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff Community Housing Association (CCHA)
Tolven Court, Dowlais Road
Cardiff
CF24 5LQ
UK
Telephone: +44 2920468474
E-mail: procurement@effefftee.co.uk
NUTS: UKL
Internet address(es)
Main address: https://www.ccha.org.uk/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA21107
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.sell2wales.gov.wales
Additional information can be obtained from another address:
Faithorn Farrell Timms LLP
CARDIFF
UK
E-mail: procurement@effefftee.co.uk
NUTS: UK
Internet address(es)
Main address: www.effefftee.co.uk
Tenders or requests to participate must be sent electronically to:
www.sell2wales.gov.wales
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Asbestos surveys and removals contracts
Reference number: T1-5620
II.1.2) Main CPV code
90650000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of a 24 hour, 7 days a week, year round, fully comprehensive survey, analytics and removal service in relation to asbestos identified in any of CCHA’s residential, communal and commercial sites/properties. It is anticipated that the combined annual contract value will be between 100,000 and 200,000 GBP, approximately 800,000 GBP over the whole duration. The Contract will cover, where applicable, the 3,200 residential properties owned by CCHA and any commercial properties.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
Asbestos surveys and analytical / professional services
II.2.2) Additional CPV code(s)
71600000
71620000
71621000
71631300
71900000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Generally within the boundaries of the City of Cardiff Council and surrounding areas
II.2.4) Description of the procurement
The appointed contractor shall be expected to provide a 24 hour, 7 days a week, year round, fully comprehensive survey and analytical / professional services in relation to asbestos where located in any of CCHA’s residential, communal and commercial sites/properties. Please refer to the tender documents for a full description.
II.2.5) Award criteria
Criteria below:
Quality criterion: Tenderer's written responses to technical questions
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/03/2021
End:
28/02/2025
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Please note that Tenderers may apply for one or both Lots. However; a Tenderer will not be awarded more than one Lot.
Lot No: 2
II.2.1) Title
Asbestos removal services, including all licensed and non-licensed
II.2.2) Additional CPV code(s)
45262660
90650000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Generally within the boundaries of the City of Cardiff Council and surrounding areas
II.2.4) Description of the procurement
The appointed contractor shall be expected to provide a 24 hour, 7 days a week, year round, fully comprehensive asbestos removal service where asbestos is identified in any of CCHA’s residential, communal and commercial sites/properties. Reinstatement works may also be required. Please refer to the tender documents for a full description.
II.2.5) Award criteria
Criteria below:
Quality criterion: Tenderer's written responses to technical questions
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/03/2021
End:
28/02/2025
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Please note that Tenderers may apply for one or both Lots. However; a Tenderer will not be awarded more than one Lot.
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:
Please refer to Document 1 of the tender documentation for all relevant information on requirements relating to enrolment on professional or trade registers.
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
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Please refer to Document 1 for all relevant requirements.
III.2.2) Contract performance conditions
Please refer to the tender documentation for all relevant information on the contract performance conditions.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
30/11/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
30/11/2020
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
October 2024
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of Tenderers will be based solely on the criteria set out for the procurement. The Contracting Authority reserves the right to cancel the procurement at any time and not to proceed with the award of all or parts of the contract at any stage of the procurement process.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=105209.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
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.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Please refer to the tender documentation for details on the Community Benefit clauses
(WA Ref:105209)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
UK
VI.4.2) Body responsible for mediation procedures
The Royal Courts of Justice
The Strand
LONDON
W2 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority shall comply with the requirements of the Public Contracts Regulations 2015 when notifying Economic Operators of the outcome of this procurement.
VI.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
LONDON
SW1A 2AS
UK
VI.5) Date of dispatch of this notice
30/10/2020