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