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.

Contract Notice

Asbestos Management Consultancy Services — Annual Surveys, Air Tesing, Material Testing, Refurbishme

  • First published: 29 June 2018
  • Last modified: 29 June 2018
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
The Police and Crime Commissioner for Kent
Authority ID:
AA71786
Publication date:
29 June 2018
Deadline date:
07 August 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Kent Police require annual survey of buildings to provide management reports and registers, air testing and sampling services, ad-hoc refurbishment/demolition surveys, review of policy and plans, advice and guidance to the client, and assisting in the preparation of specifications for asbestos removal as required.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Police and Crime Commissioner for Kent

Kent Police HQ

Maidstone

ME15 9BZ

UK

E-mail: procurement.services@kent.pnn.police.uk

NUTS: UKJ4

Internet address(es)

Main address: www.kent.police.uk

I.3) Communication

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

https://kentpolice-essexpolice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://kentpolice-essexpolice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Asbestos Management Consultancy Services — Annual Surveys, Air Tesing, Material Testing, Refurbishment Surveys and Management Advice and Support

Reference number: 17411 - 2017 122

II.1.2) Main CPV code

71600000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Invitation to Tender has been issued by the Police and Crime Commissioner for Kent (the “Kent PCC”) on behalf of itself, The Police, Fire and Crime Commissioner for Essex (the “Essex PFCC”) and The Kent and Medway Towns Fire Authority (the “Kent MTFA”).

Kent PCC will act as the lead Authority for the purpose of conducting the procurement process, labelling and communicating with tenderers via the e-tendering system (“Bravo”).

The services to be provided under this contract are to be performed for properties across the Kent Police Estate, the Essex Police Estate, Kent Fire and Rescue Service Estate, and the Essex Fire and Rescue Service Estate.

The Services required include the annual survey of buildings to provide management reports and registers, air testing and sampling services, ad-hoc refurbishment/demolition surveys, review of policy and plans, advice and guidance to the client, and assisting in the preparation of specifications for asbestos removal as required.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 4

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lots 1, 2, 3 and 4 to be awarded individually or may be awarded on the basis of one or more contract to an individual supplier(s)

II.2) Description

Lot No: Lot 1 - Kent Police

II.2.1) Title

Asbestos Management Consultancy Services

II.2.2) Additional CPV code(s)

71355000

71600000

II.2.3) Place of performance

NUTS code:

UKJ4


Main site or place of performance:

Kent Police District

II.2.4) Description of the procurement

Kent Police require annual survey of buildings to provide management reports and registers, air testing and sampling services, ad-hoc refurbishment/demolition surveys, review of policy and plans, advice and guidance to the client, and assisting in the preparation of specifications for asbestos removal as required.

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: 36

This contract is subject to renewal: Yes

Description of renewals:

3 extensions of 12 months each to be awarded at the discretion of the Authority

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: Lot 2 Essex Police

II.2.1) Title

Asbestos Management Consultancy Services

II.2.2) Additional CPV code(s)

71315300

71600000

II.2.3) Place of performance

NUTS code:

UKH3

UKJ4


Main site or place of performance:

Essex Police District

II.2.4) Description of the procurement

Essex Police requires annual survey of buildings to provide management reports and registers, air testing and sampling services, ad-hoc refurbishment/demolition surveys, review of policy and plans, advice and guidance to the client, and assisting in the preparation of specifications for asbestos removal as required.

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: 36

This contract is subject to renewal: Yes

Description of renewals:

3 extensions of 12 months each to be awarded at the discretion of the Authority.

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: Lot 3 Kent & Medway Towns Fire Authority

II.2.1) Title

Asbestos Management Consultancy Services

II.2.2) Additional CPV code(s)

71315300

71600000

II.2.3) Place of performance

NUTS code:

UKJ4


Main site or place of performance:

Kent & Medway Towns Fire Authority District.

II.2.4) Description of the procurement

Kent and Medway Towns Fire Authority require annual survey of buildings to provide management reports and registers, air testing and sampling services, ad-hoc refurbishment/demolition surveys, review of policy and plans, advice and guidance to the client, and assisting in the preparation of specifications for asbestos removal as required.

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: 36

This contract is subject to renewal: Yes

Description of renewals:

3 extensions of 12 months each to be awarded at the discretion of the Authority

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: Lot 4 Essex Police, Fire and Crime Commissioner Fire & Rescue Authority

II.2.1) Title

Asbestos Management Consultancy Services

II.2.2) Additional CPV code(s)

71315300

71600000

II.2.3) Place of performance

NUTS code:

UKH3


Main site or place of performance:

Essex Police, Fire and Crime Commissioner Fire and Rescue Authority District.

II.2.4) Description of the procurement

Essex Police, Fire and Crime Commissioner Fire and Rescue Authority requires annual survey of buildings to provide management reports and registers, air testing and sampling services, ad-hoc refurbishment/demolition surveys, review of policy and plans, advice and guidance to the client, and assisting in the preparation of specifications for asbestos removal as required.

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: 36

This contract is subject to renewal: Yes

Description of renewals:

3 extensions of 12 months each to be awarded at the discretion of the Authority

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

NEC3 Professional Services Contract April 2013

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Selection criteria as stated within the procurement documents.


Minimum level(s) of standards required:

Selection criteria as stated within the procurement documents.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Selection criteria as stated within the procurement documents.


Minimum level(s) of standards required:

Selection criteria as stated within 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.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 07/08/2018

Local time: 12:00

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 07/08/2018

Local time: 12:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court

The Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

High Court

The Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contract is entered into. If an appeal regarding an award of the contract has not been successfully resolved, the Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.4.4) Service from which information about the review procedure may be obtained

High Court

The Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.5) Date of dispatch of this notice

27/06/2018

Coding

Commodity categories

ID Title Parent category
71315300 Building surveying services Building services
71355000 Surveying services Engineering-related scientific and technical services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
procurement.services@kent.pnn.police.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.