Section one: Contracting authority
one.1) Name and addresses
London Borough of Hillingdon
Civic Centre,
Hillingdon
UB8 1UW
Country
United Kingdom
NUTS code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Asbestos Removal and Making Safe Service
Reference number
prj__20233
two.1.2) Main CPV code
- 90650000 - Asbestos removal services
two.1.3) Type of contract
Services
two.1.4) Short description
Nature: Asbestos Removal and Making Safe Service - both to dwellings and to corporate buildings.
Location: Within the boundaries of the London Borough of Hillingdon and at the location of any other dwellings managed by the Council that are outside these boundaries.
The service is to be provided to Council properties. This is corporate buildings for which the Council has a responsibility, and dwellings, garages and out buildings, occupied by tenants and lessees of the Council’s housing stock.
The number of tenanted dwellings is in the region of 10,300 and the number of leasehold properties is 2,950. These numbers will vary over the life of the contract.
The council’s corporate property portfolio comprises of approximately 230 buildings and pieces of land.
The types of service and works to be undertaken in the contract will include but not limited to the following:
• Asbestos removal
• Making Safe
• Encapsulation and labelling of asbestos containing materials remaining in-situ.
There is no guarantee of the value of work that may be ordered and the Council accepts no liability as to the actual amount of work that will be ordered and no change in the rates or prices will be considered if the value and / or volume of work ordered is at variance with the estimates given.
Length of contract - The Service duration is to be three (3) years with options to extend for a further two (2) year at the Council's sole discretion.
two.1.5) Estimated total value
Value excluding VAT: £735,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
Main site or place of performance
London Borough of Hillingdon
two.2.4) Description of the procurement
Nature: Asbestos Removal and Making Safe Service - both to dwellings and to corporate buildings.
Location: Within the boundaries of the London Borough of Hillingdon and at the location of any other dwellings managed by the Council that are outside these boundaries.
The service is to be provided to Council properties. This is corporate buildings for which the Council has a responsibility, and dwellings, garages and out buildings, occupied by tenants and lessees of the Council’s housing stock.
The number of tenanted dwellings is in the region of 10,300 and the number of leasehold properties is 2,950. These numbers will vary over the life of the contract.
The council’s corporate property portfolio comprises of approximately 230 buildings and pieces of land.
The types of service and works to be undertaken in the contract will include but not limited to the following:
• Asbestos removal
• Making Safe
• Encapsulation and labelling of asbestos containing materials remaining in-situ.
There is no guarantee of the value of work that may be ordered and the Council accepts no liability as to the actual amount of work that will be ordered and no change in the rates or prices will be considered if the value and / or volume of work ordered is at variance with the estimates given.
Length of contract - The Service duration is to be three (3) years with options to extend for a further two (2) year at the Council's sole discretion.
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: £735,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further two (2) years subject to agreement and satisfactory performance
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council intends to award a contract for these services for a period of up to three (3) years with an option to extend for up to a further two (2) years subject to agreement and satisfactory performance
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.1.8) 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
19 April 2022
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
19 April 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
Country
United Kingdom