Section one: Contracting authority
one.1) Name and addresses
London Borough of Bromley
Bromley Civic Centre, Stockwell Close
Bromley
BR1 3UH
Country
United Kingdom
NUTS code
UKI61 - Bromley
Internet address(es)
Main address
Buyer's address
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=fd1eb27b-3c83-eb11-810c-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=fd1eb27b-3c83-eb11-810c-005056b64545
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
Asbestos Testing, Inspection and Consultancy Services
Reference number
DN529259
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Bromley is seeking tenders for the provision of Asbestos Services for planned preventative maintenance and statutory compliance. The Council will be using a restricted two stage tender process consisting of:
-Stage 1 - Selection Questionnaire (SQ)
-Stage 2 - Invitation to Tender
Providers will need to register their company with the portal at www.londontenders.org to ensure they are able to access and submit the relevant documents online.
two.1.5) Estimated total value
Value excluding VAT: £324,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90000000 - Sewage, refuse, cleaning and environmental services
two.2.3) Place of performance
NUTS codes
- UKI61 - Bromley
two.2.4) Description of the procurement
The London Borough of Bromley is seeking a contractor to deliver annual reviews and updates of Absestos Management Plans for 140 operational properties within the council’s estate for a fixed price, and will provide a schedule of rates for consultancy services that may be instruct on an ad hoc basis. These consultancy services include but are not limited to professional advice, surveys, sampling, inspection, monitoring and analysis.
These services are currently provided under a Total Facilities Management contract. The Council has decided to transform its property function and move away from the total facilities management approach and is seeking a provider to deliver asbestos services only for its operational estate under this contract. The Council’s vision is to directly appoint a specialist and responsive supply chain for whom the Council is a priority customer.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2021
End date
30 September 2025
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 5
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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
23 April 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
25 May 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom