Section one: Contracting authority
one.1) Name and addresses
Royal Borough of Greenwich
3rd Floor, The Woolwich Centre, 35 Wellington Street, Woolwich
London
SE18 6HQ
Contact
Mr Nick Walker
nick.walker@royalgreenwich.gov.uk
Telephone
+44 7771668387
Country
United Kingdom
NUTS code
UKI51 - Bexley and Greenwich
Internet address(es)
Main address
http://www.royalgreenwich.gov.uk/
Buyer's address
http://www.royalgreenwich.gov.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://royalgreenwich.proactishosting.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://royalgreenwich.proactishosting.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
SPS 2555 - Asbestos Removal and Remediation Works
Reference number
DN618221
two.1.2) Main CPV code
- 45262660 - Asbestos-removal work
two.1.3) Type of contract
Works
two.1.4) Short description
The Royal Borough of Greenwich (the Royal Borough) is pleased to offer an opportunity for Contractors to provide the removal of asbestos bearing material and remediation works to Council properties as advertised on the Find a Tender Service utilising the Restricted Procedure in accordance with Procurement Contracts Regulations 2015 (PCRs). Suppliers are therefore invited to complete the PAS91 Questionnaire which must be received by the Royal Borough by no later than 12.00 on 19 August 2022.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI51 - Bexley and Greenwich
two.2.4) Description of the procurement
The Royal Borough of Greenwich (the Royal Borough) is pleased to offer an opportunity for Contractors to provide the removal of asbestos bearing material and remediation works to Council properties as advertised on the Find a Tender Service utilising the Restricted Procedure in accordance with Procurement Contracts Regulations 2015 (PCRs).
The purpose of the works is to remove or encapsulate exposed ACMs, to enable a Dutyholder (HRP), as defined by the Control of Asbestos Regulations 2012 (CAR), to meet the requirements of the Regulations in terms of preventing or reducing exposure to airborne asbestos fibre to the lowest level reasonably practicable.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 6
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.2.14) Additional information
Price is not the only award criterion and all criteria are stated in the procurement documents. Suppliers will be expected to deliver social value as part of the delivery of the contract.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Details are in the procurement documents (ITT pack).
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
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
19 August 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 September 2022
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.3) Additional information
This procurement will be managed electronically via the RBG Proactis e- tendering Suite. To participate in this procurement, participants shall first be registered on the eTendering Suite. If bidders have not yet registered on the eTendering Suite, this can be done online at https://royalgreenwich.proactishosting.com/ and click on the tab ‘supplier registration’. Note: registration may take some time, therefore, please ensure that you allow enough time to register. Full instructions for registration and use of the system can be found at https://supplierhelp.due-north.com/ For technical assistance on use of the eSourcing Suite, please contact Proactis Helpdesk Freephone: 0345 0103503. Once registration is completed, the registered user will receive a notification email to alert them that this has been done. A registered user can express an interest for a specific procurement. This is done by looking at the opportunity’s section and selecting the contract you want to tender for.
As a user of the e-Tendering Suite, you will have access to Proactis e-Portal email messaging service which facilitates all messages sent to you and from you in relation to any specific. Tender event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. All communications relating to this tender exercise must be via e-portal messaging system. No direct emails to officers will be answered unless you are having problems communicating through the portal. This process aims to improve audit trails as well as avoid duplication. Please note, social value considerations are included in this contract. Details are stated in the tender documents.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
1 Royal Courts of Justice, Strand
London
WC1A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office
London
SW1A 2AS
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Royal Borough of Greenwich has incorporated a minimum 10 calendar day standstill period after notification to unsuccessful applicants of the award decision.
six.4.4) Service from which information about the review procedure may be obtained
Royal Borough of Greenwich
35 Wellington Street
London
SE18 6HQ
Country
United Kingdom