Tender

SLH21-CC139 Framework for Provision of Asbestos Management Services

  • Doncaster Council
  • Doncaster Council
  • St Leger Homes of Doncaster Ltd

F02: Contract notice

Notice identifier: 2021/S 000-016225

Procurement identifier (OCID): ocds-h6vhtk-02c6d3

Published 12 July 2021, 2:11pm



Section one: Contracting authority

one.1) Name and addresses

Doncaster Council

St Leger Court, White Rose Way

Doncaster

DN4 5ND

Contact

Mr Paul Beales

Email

Paul.Beales@stlegerhomes.co.uk

Telephone

+44 1302862273

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

Internet address(es)

Main address

http://www.doncaster.gov.uk/

Buyer's address

http://www.doncaster.gov.uk/

one.1) Name and addresses

Doncaster Council

Civic Office, Waterdale

Doncaster

DN1 3BU

Email

paul.beales@stlegerhomes.co.uk

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

Internet address(es)

Main address

www.doncaster.gov.uk

one.1) Name and addresses

St Leger Homes of Doncaster Ltd

St Leger Court, White Rose Way

Doncaster

DN4 5ND

Email

paul.beales@stlegerhomes.co.uk

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

Internet address(es)

Main address

www.stlegerhomes.co.uk

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://procontract.due-north.com/

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/

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

SLH21-CC139 Framework for Provision of Asbestos Management Services

Reference number

DN549807

two.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental 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 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. We 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.. The Contract will be awarded on the basis of Lots as follows.

Lot 1 Surveying and Sampling - Voids and Responsive Repairs and Planned Capital Works

Lot 2 Surveying and Sampling - Scheduled Repairs and Re-inspections

Lot 3 Asbestos Removals and Removal of Small Asbestos Structures,

Lot 4 Analytical Services,

Full details can be found in the specification.

The framework is for a duration of 2 years with 2 further options to extend of up to 12 months each.

two.1.5) Estimated total value

Value excluding VAT: £2,800,000

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

Surveying and Sampling - Voids and Responsive Repairs and Planned Capital Works

Lot No

1

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

The nature of the works of this Lot will be to undertake asbestos survey works in Domestic properties, communal buildings, offices and shops.

Contractor(s) will be engaged to undertake the works directly, and will be to undertake asbestos surveys to:

Voids and Responsive Repairs

Planned Capital Works

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: £840,800

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 each

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

Asbestos Surveys - Scheduled Repairs and Re-inspections

Lot No

2

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

The nature of the works of this Lot will be to undertake asbestos survey works in Domestic properties, communal buildings and shops.

Contractor will be engaged to undertake the works directly, and will be to undertake asbestos surveys to:

Scheduled Repairs

Re-inspections (to maintain compliance with CAR)

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 Liason / 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: £840,800

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 each

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

Asbestos Removals and Removal of Small Asbestos Structures

Lot No

3

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

The nature of the works will be to undertake asbestos removal works in Domestic properties, communal buildings, offices and shops.

Contractors will be engaged to undertake the works directly, and will include: Licenced asbestos removals; Notifiable non-licenced works; Non Licenced works.

Undertaking removal of Small Asbestos Structures managed by SLHD. The works will be varied – ranging from removal of roofing sheets to small sheds to full licenced removals, then dismantling and removing ALL associated elements of the garage/shed as none-asbestos waste from site and final cleaning of the site. Contractors will be able to undertake the works directly, and will include:

Licenced asbestos removals; Notifiable non-licenced works; Non Licenced works; Removal of small structures (garages/sheds or similar);Clearance of the effected site with segregation of waste.

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 / 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: £958,000

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: Yes

Description of options

The Contract duration is 2 years with 2 further options to extend of up to 12 months each

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

Asbestos Analytical Services

Lot No

4

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

To undertake asbestos sample analysis of samples provided by SLHD asbestos inspectors for quick turnaround of 2 hours or less and provide a bulk sample certificate.

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. 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.

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: 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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 8

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

16 August 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

16 August 2021

Local time

1:00pm


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

Email

paul.beales@stlegerhomes.co.uk

Country

United Kingdom