Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Asbestos Services - Consultancy and Surveying

  • First published: 06 July 2018
  • Last modified: 09 July 2018

Contents

Summary

OCID:
ocds-kuma6s-072184
Published by:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Authority ID:
AA61405
Publication date:
06 July 2018
Deadline date:
10 August 2018
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

LHC seeks economic operators to tender for a framework for Asbestos Consultancy and Surveying. There is an additional Contract notice for works. The consultancy and surveying framework is divided into regions (lots) and categories (workstreams). Workstream 1: Domestic asbestos consultants. Workstream 2: Commercial asbestos consultants. Economic Operators are sought to perform the following tasks: Independent Consultancy Services Asset Management Plan Bulk Surveying: -Asbestos Management Survey -Asbestos Refurbishment Survey -Void Property Refurbishment Survey -Part Refurbishment Survey -Asbestos Refurbishment and Management Survey -Asbestos Demolition Survey Analysts: -Re-inspection Condition Reports -Re-occupation Certificates and other services -4 Stage Clearance -Sampling and analysis of airborne fibre concentrations -Site assessment for reoccupation Each Workstream is divided into the following regional lots: LN – North Wales LM – Mid Wales LS – South Wales CPV: 90650000, 90650000, 90650000, 90650000, 45262660, 90650000, 71315100, 71315100, 90650000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LHC on behalf of WPA (Welsh Procurement Alliance)

Regus House, Regus House, Cardiff Bay

Cardiff

CF10 4RU

UK

Contact person: Colin Scoines

Telephone: +44 1895274815

E-mail: colin.scoines@lhc.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.welshprocurement.cymru/

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Advert?advertId=6923c52e-a37e-e811-80ed-005056b64545&p=8b355dc0-f604-e711-80dd-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert?advertId=6923c52e-a37e-e811-80ed-005056b64545&p=8b355dc0-f604-e711-80dd-005056b64545


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://procontract.due-north.com/Advert?advertId=6923c52e-a37e-e811-80ed-005056b64545&p=8b355dc0-f604-e711-80dd-005056b64545


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Framework Provider

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Asbestos Services - Consultancy and Surveying

Reference number: AS2W

II.1.2) Main CPV code

90650000

 

II.1.3) Type of contract

Services

II.1.4) Short description

LHC seeks economic operators to tender for a framework for Asbestos Consultancy and Surveying.

There is an additional Contract notice for works.

The consultancy and surveying framework is divided into regions (lots) and categories (workstreams).

Workstream 1: Domestic asbestos consultants.

Workstream 2: Commercial asbestos consultants.

Economic Operators are sought to perform the following tasks:

Independent Consultancy Services

Asset Management Plan

Bulk Surveying:

-Asbestos Management Survey

-Asbestos Refurbishment Survey

-Void Property Refurbishment Survey

-Part Refurbishment Survey

-Asbestos Refurbishment and Management Survey

-Asbestos Demolition Survey

Analysts:

-Re-inspection Condition Reports

-Re-occupation Certificates and other services

-4 Stage Clearance

-Sampling and analysis of airborne fibre concentrations

-Site assessment for reoccupation

Each Workstream is divided into the following regional lots:

LN – North Wales

LM – Mid Wales

LS – South Wales

II.1.5) Estimated total value

Value excluding VAT: 10 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Workstream 1 Domestic Consultancy and Surveying LN – North Wales

II.2.2) Additional CPV code(s)

71315100

90650000

II.2.3) Place of performance

NUTS code:

UKL13

UKL23

UKL12

UKL11


Main site or place of performance:

Various Sites

II.2.4) Description of the procurement

Undertake asbestos services in domestic buildings

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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.2.9) 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

Lot No: 2

II.2.1) Title

Workstream 2 Commercial Consultancy and Surveying LN – North Wales

II.2.2) Additional CPV code(s)

90650000

71315100

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

various sites

II.2.4) Description of the procurement

Undertake asbestos services in commercial buildings

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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.2.9) 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

.

Lot No: 3

II.2.1) Title

Workstream 1 Domestic Consultancy and Surveying LM – Mid Wales

II.2.2) Additional CPV code(s)

45262660

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

Various Sites

II.2.4) Description of the procurement

Undertake asbestos services in domestic buildings

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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.2.9) 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

Lot No: 4

II.2.1) Title

Workstream 2 Commercial Consultancy and Surveying LM – Mid Wales

II.2.2) Additional CPV code(s)

90650000

II.2.3) Place of performance

NUTS code:

UKL14

UKL15


Main site or place of performance:

Various Sites

II.2.4) Description of the procurement

Undertake asbestos services in commercial buildings

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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.2.9) 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

Lot No: 5

II.2.1) Title

Workstream 1 Domestic Consultancy and Surveying LS – South Wales

II.2.2) Additional CPV code(s)

90650000

II.2.3) Place of performance

NUTS code:

UKL2

UKL18

UKL17

UKL16

UKL15


Main site or place of performance:

Various Sites

II.2.4) Description of the procurement

Undertake asbestos services in domestic properties

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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.2.9) 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

Lot No: 6

II.2.1) Title

Workstream 2 Commercial Consultancy and Surveying LS – South Wales

II.2.2) Additional CPV code(s)

90650000

II.2.3) Place of performance

NUTS code:

UKL2

UKL18

UKL17

UKL16

UKL15


Main site or place of performance:

Various Sites

II.2.4) Description of the procurement

Undertake asbestos services in commercial buildings

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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.2.9) 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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

Economic and financial capability

Minimum level(s) of standards required:

Turnover: this is calculated as twice the typical value for projects called off this framework. If a company’s turnover in each of the last two years exceeds GBP500,000, then it passes. Failure to meet the minimum turnover amount may exclude the tenderer to further evaluation. For new start-ups, the tenderer must demonstrate financial status (e.g. forecast of turnover for the current year together with a statement of funding provided by the owner/s and/or the bank, or an alternative means of demonstrating financial status. LHC shall consider the information and may accept the company with or without financial restrictions.

Profitability: this is calculated as profit after tax but before dividends and minority interests.

Liquidity: this is calculated as current assets and work in progress, divided by current liabilities.

If a company passes both Profitability and Liquidity, the company meets the framework requirement.

If an economical operator fails either Profitability or Liquidity, LHC shall require additional financial information from tenderers, and take this into consideration in the financial assessment process and also obtain independent assessments on the financial information provided by the tenderer, or where applicable the Parent/Holding Company, and take this into consideration in the financial assessment. LHC shall consider the information and may accept the company with or without financial restrictions.

Failure to meet both Profitability and Liquidity criteria may exclude the tenderer to further evaluation.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

ISO 17020 Asbestos Surveys

ISO/IEC 17025 for Asbestos Sampling and Testing

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Stated with LHC Terms and Conditions

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 4

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 205-422231

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 17/08/2018

Local time: 14:30

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

Tender must be valid until: 01/10/2018

IV.2.7) Conditions for opening of tenders

Date: 17/08/2018

Local time: 16:00

Place:

Uxbridge

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

WPA Clients have diverse property portfolio with different volumes of asbestos removal and remediation services required, due to day-to-day maintenance and repairs to large-scale planned replacement projects. The types of properties typically managed are:

Domestic:

- single occupier and multiple occupier dwellings

- houses and flats,

- common areas of residential blocks,

- low, medium, and high-rise,

- residential homes including those with vulnerable persons,

- common areas other areas such as garages and loft spaces.

Commercial:

- Managed Residential Blocks,

- care homes and sheltered accommodation,

- commercial offices buildings, central or local housing team offices, halls, and day care centres,

- Municipal buildings such as libraries, sports hall, museums etc.,

- other public building such as conference centres and other commercial buildings, - - Educational buildings such as universities, schools, and colleges,

- Research establishments,

- Hospitals/hospital-related properties, including health centres and GP surgeries, — Blue light Buildings.

LHC is a central purchasing body providing procurement service to contracting authorities throughout England, Wales and Scotland.

Working with our WPA (Welsh Procurement Alliance) partners any public sector organisation listed at www.lhc.gov.uk/24 can access the suppliers approved on our frameworks,

As a not for profit organisation, LHC returns surplus levy income to our clients to support social value initiatives in the local communities they serve. LHC sets up competitively tendered framework agreements in respect of building works, supplies or services and includes public sector refurbishment, maintenance and new build projects.

WPA considers that this framework 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, and the contract will be awarded on the basis of the most economically advantageous tender.

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=83239.

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:

It is the responsibility of the Contracting Authority to ensure a call-off contract meets the Community Benefit Clause.

(WA Ref:83239)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

LHC for the Welsh Procurement Alliance (WPA)

Royal House, 2-4 Vine Street

Uxbridge

UB8 1QE

UK

Telephone: +44 1895274800

Internet address(es)

URL: http://www.lhc.gov.uk

VI.5) Date of dispatch of this notice

04/07/2018

Coding

Commodity categories

ID Title Parent category
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
71315100 Building-fabric consultancy services Building services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
25 October 2017
Notice type:
01 Prior Information Notice (PIN)
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
06 July 2018
Deadline date:
10 August 2018 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
09 July 2018
Deadline date:
10 August 2018 00:00
Notice type:
02 Contract Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
14 July 2018
Notice type:
14 Corrigendum
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
22 October 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)
Publication date:
01 September 2022
Notice type:
20 Modification Notice
Authority name:
LHC Procurement Group for the Welsh Procurement Alliance (WPA)

About the buyer

Main contact:
colin.scoines@lhc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
09/07/2018 11:05
Notice date(s) changed
IV.2.2) Time limit
Old date: 17/08/2018 14:30
New date: 10/08/2018 14:30

Change of return date

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.