Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Southend-on-Sea Borough Council
Civic Centre, Victoria Avenue
Southend on Sea
SS2 6ER
UK
Contact person: Liz Green
Telephone: +44 1702215000
E-mail: lizgreen@southend.gov.uk
NUTS: UKH31
Internet address(es)
Main address: http://www.southend.gov.uk/
Address of the buyer profile: http://www.southend.gov.uk/
I.1) Name and addresses
South Essex Homes
Civic Centre, Victoria Avenue
Southend on Sea
UK
E-mail: eprocurement@southend.gov.uk
NUTS: UKH31
Internet address(es)
Main address: https://procurement.southend.gov.uk
I.2) Joint procurement
The contract involves 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
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com
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
SBC TC11 - Asbestos Surveying, Sampling and Consultancy Services for Public and Domestic Buildings within the Borough of Southend on Sea
Reference number: DN577322
II.1.2) Main CPV code
90650000
II.1.3) Type of contract
Services
II.1.4) Short description
Southend Borough Council is carrying out this procurement exercise in the form of a two-stage Restricted procurement procedure for the Provision of Asbestos Surveying, Sampling and Consultancy Services to Public and Domestic Buildings, on behalf of and for Southend Borough Council and South Essex Homes to establish Measured Term Contracts, for the contracting authorities. Lot 3 will be a Framework Agreement and will incorporate call-off contracts through a mini-competition procedure with no guarantee of any services being awarded
This provision is broken down into the following lots:
Lot 1 – Asbestos Management Surveys & Re-Inspections to the Council’s Public Buildings; under a JCT Measured Term Contract
Lot 2 - Asbestos Management Surveys & Re-Inspections to South Essex Homes Domestic Buildings under a JCT Measured Term Contract
Lot 3 - Framework Agreement for Refurbishment and Demolition Surveys, Bulk Sampling, Air Testing and Consultancy to Public and Domestic buildings under the terms and conditions of a JCT Measured Term Contract. This Lot will incorporate call-off contracts through a mini-competition procedure with no guarantee of any services being awarded
Suitably qualified, skilled and experienced organisations are invited to express an interest in stage 1 of this procurement procedure. Full details of this opportunity and how to respond are included in the procurement and draft tender documents.
II.1.5) Estimated total value
Value excluding VAT:
256 000.00
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
Lot 1 – Asbestos Management Surveys & Re-Inspections to the Council’s Public Buildings
II.2.2) Additional CPV code(s)
79311000
90700000
II.2.3) Place of performance
NUTS code:
UKH31
II.2.4) Description of the procurement
Southend-on-Sea Borough Council manage and maintain multiple public access buildings located throughout the borough including theatres, museums, libraries, office blocks and educational facilities. Lot 1 involves the annual re-inspection of existing asbestos registers as well as the commissioning of new asbestos management survey where new properties are added to the department’s portfolio. Call out orders will be raised where additional bulk sampling is required for the management of the buildings and when air testing is required.
Southend Council has concluded that its requirements are best achieved by appointing 1 supplier under this Lot to deliver this service under the JCT Measured Term Contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
36 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality and scores of their responses to the Supplier Questionnaire and the Contract Specific Questionnaire as outlined in the 'Instructions to Candidates for Stage 1; The Supplier Questionnaire Stage' for this Tender.
Subject to the Number of Candidates and their respective scoring: the Client reserves the right to alter the number of Candidates invited to tender. Examples of this include, but are not limited to:
if there is a substantial scoring gap between Candidates 4 and 5 or if there is negligible scoring difference between Candidates 5 and 6. In the event of either of these examples occurring 4 or 6 may be invited through to Stage 2 respectively.
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
All criteria and exclusion grounds to be used to short-list candidates to be Invited to Tender are set out in the tender documents and the Supplier Questionnaire available to download on https://procontract.due-north.com - Reference no. DN577322.
Lot No: 2
II.2.1) Title
Lot 2 - Asbestos Management Surveys & Re-Inspections to South Essex Homes Domestic Buildings
II.2.2) Additional CPV code(s)
79311000
90700000
II.2.3) Place of performance
NUTS code:
UKH31
II.2.4) Description of the procurement
South Essex Homes (SEH) manages approximately 6,000 dwellings in addition to communal areas ranging in age from pre-war to the 1980’s on behalf of Southend on Sea Borough Council. Lot 2 involves undertaking asbestos management surveys to requirements stated and in accordance with HSG264 in domestic occupied and void properties. Under this Lot the Consultant will be required to provide all aspects of an asbestos consultancy including surveying, organising, and supervising removal and reinstatement operations, advice, and air monitoring. Additionally, the Consultant will be required to have a UKAS Accredited in-house laboratory to undertake bulk sampling and have the ability to integrate their IT with SEH existing Apex Asbestos Register.
Southend Council has concluded that its requirements are best achieved by appointing 1 supplier under this Lot to deliver this service under the JCT Measured Term Contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
100 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality and scores of their responses to the Supplier Questionnaire and the Contract Specific Questionnaire as outlined in the 'Instructions to Candidates for Stage 1; The Supplier Questionnaire Stage' for this Tender.
Subject to the Number of Candidates and their respective scoring: the Client reserves the right to alter the number of Candidates invited to tender. Examples of this include, but are not limited to:
if there is a substantial scoring gap between Candidates 4 and 5 or if there is negligible scoring difference between Candidates 5 and 6. In the event of either of these examples occurring 4 or 6 may be invited through to Stage 2 respectively.
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
All criteria and exclusion grounds to be used to short-list candidates to be Invited to Tender are set out in the tender documents and the Supplier Questionnaire available to download on https://procontract.due-north.com - Reference no. DN577322.
Lot No: 3
II.2.1) Title
Lot 3 - Framework Agreement for Refurbishment and Demolition Surveys, Bulk Sampling, Air Testing and Consultancy to Public and Domestic buildings
II.2.2) Additional CPV code(s)
79311000
90700000
II.2.3) Place of performance
NUTS code:
UKH31
II.2.4) Description of the procurement
Southend-on-Sea Borough Council manage and maintain multiple public access buildings located throughout the borough including theatres, museums, libraries, office blocks and educational facilities. South Essex Homes (SEH) manages approximately 6,000 dwellings in addition to communal areas ranging in age from pre-war to the 1980’s on behalf of Southend on Sea Borough Council.
Lot 3 will be a Framework Agreement which will involve undertaking refurbishment and demolition (R&D) asbestos surveys in preparation for project works. Call out orders will be raised where additional bulk sampling is required for the management of the buildings and when air testing is required for asbestos removal works. This Lot will incorporate call-off orders/contracts through a mini-competition procedure with no guarantee of any services being awarded.
Southend Council has concluded that its requirements are best achieved by appointing 5 suppliers under this Lot to deliver this service under the JCT Measured Term Contract.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
120 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality and scores of their responses to the Supplier Questionnaire and the Contract Specific Questionnaire as outlined in the 'Instructions to Candidates for Stage 1; The Supplier Questionnaire Stage' for this Tender.
Subject to the Number of Candidates and their respective scoring: the Client reserves the right to alter the number of Candidates invited to tender. Examples of this include, but are not limited to:
if there is a substantial scoring gap between Candidates 9 and 10 or if there is negligible scoring difference between Candidates 10 and 11. In the event of either of these examples occurring 9 or 11 may be invited through to Stage 2 respectively.
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
All criteria and exclusion grounds to be used to short-list candidates to be Invited to Tender are set out in the tender documents and the Supplier Questionnaire available to download on https://procontract.due-north.com - Reference no. DN577322.
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:
Details detailed within the Supplier Questionnaire
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.2.2) Contract performance conditions
As set out in the procurement documents
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
Restricted 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: 5
Justification for any framework agreement duration exceeding 4 years:
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:
13/01/2022
Local time: 15:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
02/03/2022
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: 4 (from the date stated for receipt of tender)
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.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Services
London
UK
VI.5) Date of dispatch of this notice
09/12/2021