Tender

Radon Services, Products & Works

  • Advantage South West

F02: Contract notice

Notice identifier: 2022/S 000-002663

Procurement identifier (OCID): ocds-h6vhtk-031101

Published 31 January 2022, 12:13pm



Section one: Contracting authority

one.1) Name and addresses

Advantage South West

South Somerset House, Alvington

Yeovil

BA22 8WN

Contact

Mr Neil Biddiscombe

Email

neil.biddiscombe@abri.co.uk

Telephone

+44 1935404566

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

http://www.advantagesouthwest.co.uk/

Buyer's address

http://www.advantagesouthwest.co.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=d90f38c7-7f82-ec11-8110-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.advantageswtenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Radon Services, Products & Works

Reference number

DN595092

two.1.2) Main CPV code

  • 90711500 - Environmental monitoring other than for construction

two.1.3) Type of contract

Services

two.1.4) Short description

A 4 year framework for the provision of Radon measurement, monitoring, remediation and mitigation supplies, services and works and associated supplies, services and works.

The framework will have the following Lots:

- Lot 1 – Sampling and analysis without a site visit

- Lot 2 – Sampling and analysis with a site visit

- Lot 3 – Supply of Remediation & Mitigation Products

- Lot 4 – Supply and installation of Remediation & Mitigation Products

- Lot 5 – Full service (Lots 2 & 4)

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

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

Sampling and analysis without a site visit

Lot No

1

two.2.2) Additional CPV code(s)

  • 90711500 - Environmental monitoring other than for construction

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The purpose of this Lot is to provide landlords with accurate information generated from testing for a minimum of 3 months in individual properties.

The service provider will be provided with a list of addresses that require testing. Some tests may be re-tests following the installation of mitigation and reduction measures. The landlord will specify which of these options he requires the service provider to undertake: service provider to send to domestic properties or service provider to supply in bulk to landlord who will send to domestic properties.

Includes radon analysis and reporting results.

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: £1,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Sampling and analysis with a site visit

Lot No

2

two.2.2) Additional CPV code(s)

  • 90711500 - Environmental monitoring other than for construction

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

As per Lot 1 except that the service provider is to attend site to place and retrieve radon test equipment.

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: £1,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Supply of Remediation & Mitigation Products

Lot No

3

two.2.2) Additional CPV code(s)

  • 42520000 - Ventilation equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

Supply of radon remediation and mitigation products including positive input ventilation and active radon sumps and other solutions as requirement by the Client.

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: £1,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Supply and installation of Remediation & Mitigation Products

Lot No

4

two.2.2) Additional CPV code(s)

  • 42520000 - Ventilation equipment
  • 51120000 - Installation services of mechanical equipment

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

Supply and installation of radon remediation and mitigation products including positive input ventilation and active radon sumps and other solutions as requirement by the Client.

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: £1,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Full Service

Lot No

5

two.2.2) Additional CPV code(s)

  • 42520000 - Ventilation equipment
  • 51120000 - Installation services of mechanical equipment
  • 90711500 - Environmental monitoring other than for construction

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

This is a combination of Lots 2 and 4.

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: £1,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.1.2) 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

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

3 March 2022

Local time

10:00am

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

3 March 2022

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Members of Advantage South West will be able to access this framework to award contracts. Current Members of Advantage South West are: Abri, Coastline Housing, Cornwall Rural Housing Association, Cornwall Housing, East Devon District Council, Exeter City Council, Homes in Sedgemoor, LiveWest, Magna Housing, Mid Devon District Council, North Devon Homes, Ocean Housing, Plymouth Community Homes, SHAL, Somerset West and Taunton Housing, Teign Housing, Westward Housing, Abbeyfield Sidmouth. Any further organisations that join Advantage South West will also be able to access the framework. Members of other consortia such as Westworks, Efficiency East Midlands and South Eastern Consortium can access the framework. This Contract Notice is therefore placed on behalf of those future members too. Names of potential contracting authorities who may wish to access the framework can be found at: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=9 Interested companies can access documentation at www.advantageswtenders.co.uk Completed documentation must be submitted by the closing time/date through www.advantageswtenders.co.uk.

Information on estimated spend values across Lots may change across Lots dependent on the requirements of our Members and the results of the monitoring.

This framework is being advertised as Services but it contains elements of Supplies and Works as well.

six.4) Procedures for review

six.4.1) Review body

UK High Courts

London

Country

United Kingdom