Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Wrexham County Borough Council
  Commissioning Procurement and Contract Management Unit, Lampbit Street
  Wrexham
  LL11 1AR
  UK
  
            Telephone: +44 1978292791
  
            E-mail: procurement@wrexham.gov.uk
  
            NUTS: UKL23
  Internet address(es)
  
              Main address: www.wrexham.gov.uk
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.etenderwales.bravosolution.co.uk
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
Asbestos Analytical and Surveying Services
II.1.2) Main CPV code
  79311300
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Wrexham County Borough Council are looking to procure a small framework of suitably qualified and accredited asbestos surveyors/environmental consultants to carry out work to its portfolio
  II.1.5) Estimated total value
  Value excluding VAT: 
			400 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    90650000
    II.2.3) Place of performance
    NUTS code:
    UKL23
    II.2.4) Description of the procurement
    The scope of the work will include, but not be limited to-
    Surveys and reinspections of domestic properties (dependant on new regulations/guidance).
    Reinspections of all areas that fall under CAR2012 Reg 4 (Schools, commercial units, community centres, garage sites, communal blocks, sheltered units, shops and Public buildings).
    Demolition and refurbishment surveys.
    Bulk sample and analysis.
    Reassurance air testing when required.
    Analytical work and site supervision of asbestos removal works.
    Water absorption testing.
    Management plan and report writing where required.
    Consultancy advice where required.
    Asbestos awareness training.
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical
                    / Weighting: 30
    
                    Price
                    
                      / Weighting: 
                      70
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 24
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    Option to extend for an additional 2 years
    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
  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 with several operators.
  
                            Envisaged maximum number of participants to the framework agreement: 3
  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:
              09/06/2022
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  CY
  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:
              10/06/2022
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
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
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=121192
(WA Ref:121192)
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
    WC2A 2LL
    UK
    
            Telephone: +44 2079477501
   
 
VI.5) Date of dispatch of this notice
10/05/2022