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