Section one: Contracting authority
one.1) Name and addresses
Doncaster Council
Civic Office, Waterdale
Doncaster
DN1 3BU
Contact
Paul Beales
Telephone
+44 1302737414
Country
United Kingdom
NUTS code
UKE31 - Barnsley, Doncaster and Rotherham
National registration number
182338557
Internet address(es)
Main address
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
Country
United Kingdom
NUTS code
UKE31 - Barnsley, Doncaster and Rotherham
Internet address(es)
Main address
Buyer's address
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
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
strategicprocurementteam@doncaster.gov.uk
Country
United Kingdom