Tender

Provision of Asbestos Management Services – Lot 4

  • Doncaster Council
  • St Leger Homes of Doncaster Limited

F02: Contract notice

Notice identifier: 2022/S 000-000793

Procurement identifier (OCID): ocds-h6vhtk-0309b1

Published 11 January 2022, 4:36pm



Section one: Contracting authority

one.1) Name and addresses

Doncaster Council

Civic Office, Waterdale

Doncaster

DN1 3BU

Contact

Paul Beales

Email

Paul.Beales@doncaster.gov.uk

Telephone

+44 1302737414

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

182338557

Internet address(es)

Main address

https://www.doncaster.gov.uk/

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104514

one.1) Name and addresses

St Leger Homes of Doncaster Limited

St Leger Court, White Rose Way

Doncaster

DN4 5ND

Email

paul.beales@doncaster.gov.uk

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

Internet address(es)

Main address

www.stlegerhomes.co.uk

Buyer's address

www.stlegerhomes.co.uk

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42262&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=42262&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Asbestos Management Services – Lot 4

Reference number

SLH21-CC139

two.1.2) Main CPV code

  • 90650000 - Asbestos removal services

two.1.3) Type of contract

Services

two.1.4) Short description

Doncaster Council and St. Leger Homes of Doncaster are looking to partner procure organisations to deliver asbestos services for properties managed by SLHD via a Framework agreement. This Lot is for Analytical Services. Air monitoring to be carried out by the Contractor to manage asbestos in its premises within its legal requirements and responsibilities as the duty holder as well as to ensure the safety of operatives whilst work is being conducted and occupants of the property once work has completed. Air monitoring is to be carried out during and after surveying, sampling, removal and remedial work in to avoid exposure of operatives or occupants to airborne asbestos contamination. This will be awarded to up to a maximum of 2 suppliers. Call-offs will be by direct award to the highest ranked bidder based on price and quality overall. The Contract duration is 2 years with 2 further options to extend of up to 12 months each.

two.1.5) Estimated total value

Value excluding VAT: £160,400

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

Doncaster Council and St. Leger Homes of Doncaster are looking to partner procure organisations to deliver asbestos services for all properties managed by SLHD including, domestic properties, communal areas and commercial buildings via a Framework agreement. SLHD are an award winning company that provides housing services across Doncaster, managing manage in excess of 20,000 council dwellings along with a number of leasehold properties, gypsy and traveller sites, residential sites, garages, shops and communal buildings on behalf of the Council. This Lot is for Analytical Services. Air monitoring to be carried out by the Contractor to assist SLHD to manage asbestos in its premises within its legal requirements and responsibilities as the duty holder as well as to ensure the safety of operatives whilst work is being conducted and occupants of the property once work has completed. Air monitoring should be carried out during and after surveying, sampling, removal and remedial work in to avoid exposure of operatives or occupants to airborne asbestos contamination. This Lot will be awarded to up to a maximum of 2 suppliers. Call-offs from this lot will be by direct award to the highest ranked bidder based on price and quality overall. The Contract duration is 2 years with 2 further options to extend of up to 12 months each.

two.2.5) Award criteria

Quality criterion - Name: Technical and Survey / Weighting: 15

Quality criterion - Name: Service Delivery and Resources / Weighting: 10

Quality criterion - Name: Customer Liaison / Weighting: 10

Quality criterion - Name: Quality Standards and Continuous Improvement / Weighting: 10

Quality criterion - Name: Case Study Scenario / Weighting: 10

Quality criterion - Name: Customer Complaints / Weighting: 10

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £160,400

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract duration is 2 years with 2 further options to extend of up to 12 months.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

In the procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 2

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

14 February 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 14 June 2022

four.2.7) Conditions for opening of tenders

Date

14 February 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Doncaster Council

Civic Office, Waterdale,

Doncaster

DN1 3BU

Email

strategicprocurementteam@doncaster.gov.uk

Country

United Kingdom

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

Doncaster Council

Civic Office, Waterdale,

Doncaster

DN1 3BU

Email

strategicprocurementteam@doncaster.gov.uk

Country

United Kingdom