Tender

Framework for the Provision of Asbestos Consultancy Services

  • Kirklees Council

F02: Contract notice

Notice identifier: 2023/S 000-001020

Procurement identifier (OCID): ocds-h6vhtk-03970d

Published 12 January 2023, 5:06pm



Section one: Contracting authority

one.1) Name and addresses

Kirklees Council

Town Hall, Ramsden Street

HUDDERSFIELD

HD1 2TA

Contact

Corporate Procurement

Email

procurement@kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

Region code

UKE44 - Calderdale and Kirklees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.kirklees.gov.uk

one.3) Communication

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

https://yortender.eu-supply.com/login.asp?B=YORTENDER

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://yortender.eu-supply.com/login.asp?B=YORTENDER

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

Framework for the Provision of Asbestos Consultancy Services

Reference number

KMCFM-023

two.1.2) Main CPV code

  • 90650000 - Asbestos removal services

two.1.3) Type of contract

Services

two.1.4) Short description

Tenders are invited by the Council from Suppliers with relevant experience and ability to demonstrate sufficient capacity for the provision of Asbestos Consultancy Services (the "Services") under a proposed Framework Agreement.

The Framework Agreement will allow for the Council to discharge their duties by providing access to the following Services, including but not limited to:

• Asbestos management and refurbishment & demolition surveys;

• Air monitoring and four stage clearances;

• Bulk sampling and bulk sample analysis;

• Re-inspections;

• Reactive response and call out;

• Training;

• Expert witness;

• Access equipment (as required to carry out works); and

• Individual staff rates for practitioners etc.

two.1.5) Estimated total value

Value excluding VAT: £7,500,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Kirklees Council Corporate Landlord

Lot No

1

two.2.2) Additional CPV code(s)

  • 71313450 - Environmental monitoring for construction
  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Kirklees

two.2.4) Description of the procurement

Lot One is for the provision of these services across the Kirklees Corporate property portfolio including buildings such as schools, offices, and retail.

The Framework Agreement will allow for the Council to discharge their duties by providing access to the following Services, including but not limited to:

• Asbestos management and refurbishment & demolition surveys;

• Air monitoring and four stage clearances;

• Bulk sampling and bulk sample analysis;

• Re-inspections;

• Reactive response and call out;

• Training;

• Expert witness;

• Access equipment (as required to carry out works); and

• Individual staff rates for practitioners etc.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Prior to the expiry of this Framework, a further procurement exercise will be undertaken to ensure a mechanism is in place for future asbestos consultancy requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Framework Period: 3rd April 2023 - 2nd April 2025 with the provision to extend for up to two (2) twelve (12) month periods.

two.2) Description

two.2.1) Title

Lot 2 - Kirklees Council Housing and Neighbourhoods

Lot No

2

two.2.2) Additional CPV code(s)

  • 71313450 - Environmental monitoring for construction
  • 71315300 - Building surveying services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Kirklees

two.2.4) Description of the procurement

Lot Two is for the provision of these services to the Kirklees Homes & Neighbourhoods portfolio, primarily for domestic properties and offices.

The Framework Agreement will allow for the Council to discharge their duties by providing access to the following Services, including but not limited to:

• Asbestos management and refurbishment & demolition surveys;

• Air monitoring and four stage clearances;

• Bulk sampling and bulk sample analysis;

• Re-inspections;

• Reactive response and call out;

• Training;

• Expert witness;

• Access equipment (as required to carry out works); and

• Individual staff rates for practitioners etc.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £6,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Prior to the expiry of this Framework, a further procurement exercise will be undertaken to ensure a mechanism is in place for future asbestos consultancy requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

3rd April 2023 - 2nd April 2025 with the provision to extend for up to two (2) twelve (12) month periods.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

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

13 February 2023

Local time

1:00pm

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

13 February 2023

Local time

1:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority considers that this framework agreement may be suitable for economic operators that are small or medium enterprises ('SMEs'). However, any selection of economic operators will be based solely on the criteria set out for the procurement, and suppliers will be appointed to the framework on the basis of the most economically advantageous tenders.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Kirklees Council will incorporate a minimum 10 calendar day standstill period at the point information on entering into the agreement is issued to participating economic operators.

Additional information should be requested from the addressee found in I.1). If an appeal regarding entering into the agreement has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

Any such action must be brought promptly (within 30 days beginning with the date when the economic operator first knew or ought to have known that grounds for such action had arisen). Where the agreement has not been entered into the court may order the setting aside of the decision to enter into the agreement or order Kirklees to amend any document and may award damages.

Following the correct implementation of a 10 day standstill period and publication of appropriate notices the court may only award damages once the agreement has been entered into.