CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Caerphilly County Borough Council |
Penallta House, Tredomen Park, Ystrad Mynach |
Hengoed |
CF82 7PG |
UK |
Procurement Services
Mr Nick Abbott |
+44 1443863161 |
procurement@caerphilly.gov.uk |
+44 1443863167 |
www.caerphilly.gov.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0272
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityAsbestos Management Services Framework |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract27 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Throughout Caerphilly County Borough
UKL16 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged25 |
|
Duration of the framework agreement4 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement6000000.00GBP |
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Caerphilly County Borough Council is seeking expressions of interest from suitably qualified and accredited Contractors who can deliver high quality services to meet the Council’s exacting standards in all areas of asbestos management.
The Council intends to establish a framework of five (5) lots as follows: Lot 1 - Air Monitoring, Lot 2 - Asbestos Removal, Lot 3 - Non-Domestic Asbestos Surveys, Lot 4 - Domestic Asbestos Surveys, Lot 5 - Bulk Sample Analysis.
The framework will last for two (2) years with the option to extend by two (2) further periods of twelve (12) months each. The anticipated total value of the framework over all lots is GBP 6 million (six million pounds sterling).
The provision of these services is required in order to comply with general duties under the Health and Safety at Work etc. Act 1974 and more specifically in compliance with duties under the Control of Asbestos Regulations 2012.
The framework may include non-core community benefits. Further information regarding this can be found within the Pre-Qualification Questionnaire document.
Interested organisations should note that sub-contracting will not be permitted under this framework.
Interested Organisations should note that under Lot 1 of the framework appointed providers may be required to provide a 4 (four) hour response time 24 hours a day 365 day a year. Further information is available within the Pre-Qualification Questionnaire document.
Interested Organisations should note that under Lot 2 of the framework appointed providers must hold a license for asbestos works granted by the UK Health and Safety Executive in accordance with the Control of Asbestos Regulations 2009 or equivalent. Under Lot 2 appointed providers may be required to provide a 4 (four) hour response time 24 hours a day 365 day a year. Under Lot 2 appointed providers must be prepared and able to act as a ‘Principle Contractor’ in accordance with the Construction Design and Management Regulations 2007. Further information is available within the Pre-Qualification Questionnaire document.
Interested Organisations should note that under Lot 4 and Lot 5 of the framework appointed providers may be required to provide a 24 hour completion service on works ordered. Further information is available within the Pre-Qualification Questionnaire document.
Interested Organisations should note that the Council has strict qualification and accreditation requirements for this framework. This is a reflection of the mandatory requirements set out within relevant government legislation including Management of Health and Safety at work Regulations 1999 (amended) and Control of Asbestos Regulations 2012.
Further information regarding the Councils qualification and accreditation requirements can be found in the attached Pre-qualification Questionnaire document.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=7476.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45262660 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe framework is not for any fixed quantity. Services may required thoughout the Caerphilly County Borough. The estimated total value of the framework over the full term is GBP 6 million (six million pounds sterling).
The framework will be divided into 5 (five) lots as follows: Lot 1 - Air Monitoring, Lot 2 - Asbestos Removal, Lot 3 - Non-Domestic Asbestos Surveys, Lot 4 - Domestic Asbestos Surveys, Lot 5 – Bulk Sample Analysis. |
|
6000000.00 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
The Council reserves the right to request a bond, parent guarantee and / or other guarantees of financial liability both at the time of award of the contract and during the term. Please see the contract documents for further information.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
As set out within the Invitation To Tender and supporting documents.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
None specified, save that in the case of a partnership or consortia or other grouping of more than one legal entity, one party must act as "prime contractor" / "lead contractor". Consortia or other groupings must be legally constituted as a single entity prior to contract award or if more than one entity, must accept joint and several liability.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
As set out within the Pre-Qualification Questionniare, the Invitation To Tender and any supporting documents.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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.
All candidates will be required to produce a certificate or declaration demonstating that the economic operator has not been deleted or suspended from the Council's Qualification List of Suppliers. Should the information submitted by any Tendering Organisation be prove to be false or in any other way incorrect, the Council reserves the right to remove the Tendering Organisation from this procurement process.
|
III.2.2)
|
Economic and financial capacity
As set out within the Pre-Qualification Questionnaire and supporting documents.
As set out within the Pre-Qualification Questionnaire and supporting documents.
|
III.2.3)
|
Technical capacity
As set out within the Pre-Qualification Questionnaire and supporting documents.
As set out within the Pre-Qualification Questionnaire and supporting documents.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate1050 |
|
Objective criteria for choosing the limited number of candidates
The criteria used for selecting the limited number of candidates to tender are detailed in the Pre-qualification Questionnaire. It should be noted that both financial / economic standing and quality thresholds will apply.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
CCBC/PS1238/14/NA
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
2013/S 221-385012 14-11-2013
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 08-05-2014
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 08-05-2014
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 09-06-2014
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
To express your interest and obtain the relevant Pre-Qualification Questionnaire documents please follow the below instructions:
The tender will be undertaken utilising Caerphilly CBC's Proactis Plaza e-tendering system. Therefore, companies are invited to follow the following directions to register on the system:
1. Log in to the Proactis Plaza E-Sourcing Portal at https://www.proactisplaza.com
2. Click the "Register Now" button at the bottom of the window
3. Enter your correct Organisation Name, Details and Primary Contact Details. The system will auto generate the Organisation ID and User Name for you.
4. Please make a note of the Organisation ID and User Name, then click "Register".
5. You will then receive an email from the system asking you to "Click here to activate your account". This takes you to Enter Organisation Details.
6. Please enter the information requested, click "Next" and follow the instructions ensuring that you enter all applicable details.
7. In the Enter Product Classification screen please ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice.
8. Accept the Terms and Conditions and then click "Next". This takes you in to the Welcome window.
9. In the "Welcome" window please enter your Organisation name, Organisation ID and User Name (User ID). You now need to create your unique password. Please ensure that you make a note of this along with the other information already recorded.
10. Now click "Done" and you will enter the Supplier Home page.
11. From the Home Page, go to the “Opportunities” area, then search for New Opportunities. Click on the “ID” of the relevant opportunity, in this instance RQST10591 and then click to register your interest on the relevant button. Click the "Requests from Buyers" command in the Opportunities area. This will take you to the list of current opportunities available to you.
12. Click the Project ID (RQST10591) that relates to this notice, this will take you into the Tender Request.
13. Note the closing date for completion of the relevant project. Please review the Documents tab and Items Tab as there will be information relating to the project held here.
14. You can now either "Create a Response" to, or "Decline" this opportunity.
(WA Ref:7476)
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:
As set out within the Pre-Qualification Questionnaire, the Invitation To Tender and any supporting documents.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 02-04-2014 |
|
ANNEX B
Information About Lots
|
1
Air Monitoring |
1)
|
Short Description
The Council commissions asbestos air monitoring within their corporate properties in order to ensure compliance with The Control of Asbestos Regulations 2012.
Air Monitoring requirements will typically take the form of the following: Personal sampling for the assessment of respirator protection; Static sampling to assess background levels; Air monitoring during asbestos removal works; Air monitoring after asbestos removal works are complete.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71700000 |
|
|
|
|
|
3)
|
Quantity or scope
Dependent on requirements.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
Interested Organisations must note that under Lot 1 of the framework appointed providers may be required to provide a 4 (four) hour response time 24 hours a day 365 day a year. Further information is available within the Pre-Qualification Questionnaire document.
|
ANNEX B
Information About Lots
|
2
Asbestos Removal |
1)
|
Short Description
The Council commissions asbestos removals within their domestic and non-domestic properties in order to ensure compliance with the The Control of Asbestos Regulations 2012.
Asbestos Removal requirements will typically take the form of the following: Small scale localised licensed removal works in Council owned domestic and non-domestic properties; Large scale licensed removal works encompassing entire domestic and non-domestic Council owned properties; Non-licensed, notifiable removal works in Council owned non-domestic properties.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45262660 |
|
|
|
|
|
3)
|
Quantity or scope
Dependant on requirements.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
Interested Organisations should note that under Lot 2 of the framework appointed providers must hold a license for asbestos works granted by the UK Health and Safety Executive in accordance with the Control of Asbestos Regulations 2009 or equivalent. Under Lot 2 appointed providers may be required to provide a 4 (four) hour response time 24 hours a day 365 day a year. Under Lot 2 appointed providers must be prepared and able to act as a ‘Principle Contractor’ in accordance with the Construction Design and Management Regulations 2007. Further information is available within the Pre-Qualification Questionnaire document.
|
ANNEX B
Information About Lots
|
3
Non-Domestic Asbestos Surveys |
1)
|
Short Description
The Council commissions asbestos surveys of Council owned or managed non-domestic properties in order to ensure compliance with The Control of Asbestos Regulations 2012 and Regulations 3 & 10 of the Management of Health and Safety at Work Regulations 1999.
Non-Domestic survey requirements will typically take the form of Refurbishment and Demolition surveys either to parts or the whole of corporate buildings.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
90650000 |
|
|
|
|
|
3)
|
Quantity or scope
Dependent on requirements.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
4
Domestic Asbestos Surveys |
1)
|
Short Description
The Council commissions asbestos surveys of Council owned and on occasion privately owned domestic properties in order to ensure compliance with CAR 2012 and Regulations 3 & 10 of the Management of Health and Safety at Work Regulations 1999.
Domestic Asbestos survey requirements will usually take the form of visual or management type asbestos surveys with intrusive elements.
Visual type asbestos surveys will involve the surveyor utilising a full asbestos survey report (report from a management type survey) for a property of the same archetype and comparing it to the property being surveyed and, taking additional samples if new items suspected asbestos containing materials are identified.
Samples results from the management type survey will be used for identification of visually similar products identified during visual inspection surveys.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
90650000 |
|
|
|
|
|
3)
|
Quantity or scope
Dependent on requirements.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
Interested Organisations should note that under this lot (Lot 4) of the framework appointed providers may be required to provide a 24 hour completion service on works ordered. Further information is available within the Pre-Qualification Questionnaire document.
|
ANNEX B
Information About Lots
|
5
Bulk Sample Analysis |
1)
|
Short Description
The Council commissions analyses of samples collected by trained Council employees in order to ensure compliance with The Control of Asbestos Regulations 2012 and Regulations 3 & 10 of the Management of Health and Safety at Work Regulations 1999.
The Council commissions analyses of samples collected by trained Council employees in order to ensure compliance with The Control of Asbestos Regulations 2012 and Regulations 3 & 10 of the Management of Health and Safety at Work Regulations 1999.
Bulk Sample Analysis requirements usually take the form of analysis of one or more samples of suspected Asbestos Containing Materials collected by Council employees trained to BOHS P402 Buildings Surveys and Bulk Sampling for Asbestos (including Risk Assessment and Risk Management Strategies).
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
90650000 |
|
|
|
|
|
3)
|
Quantity or scope
Dependent on requirements.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
Interested Organisations should note that under Lot 5 (this lot) of the framework appointed providers may be required to provide a 24 hour completion service on works ordered. Further information is available within the Pre-Qualification Questionnaire document.
|
|