Section one: Contracting authority
one.1) Name and addresses
Leicester City Council
City Hall (4th Floor), 115 Charles Street
Leicester
LE1 1FZ
Contact
Mrs Jigna Dhorajia
jigna.dhorajia@leicester.gov.uk
Telephone
+44 1164541182
Country
United Kingdom
Region code
UKF21 - Leicester
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/
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
PAN2720- Asbestos Removal Works - LCC Housing Division
Reference number
DN601299
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Leicester City Council wishes to set up a Framework Agreement for the provision of Asbestos Removal Works for Leicester City Council’s housing division technical services across different parts in Leicester. Suppliers are therefore invited to tender to be included in the Framework Agreement to undertake these services.
The proposed Contract will operate as a Framework Agreement for two years with an option to extend for a period or periods totalling no more than 24 months and it is anticipated to be awarded to multiple suppliers under Framework agreement. The maximum framework term will be four years. Any extension will be subject to performance and at the sole discretion of the Authority.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
You are invited to tender for all three or any combination of the Lots detailed within this ITT. The Authority has placed a restriction whereby a Supplier can only be awarded one Routine Works Lot, i.e. from Lot 1, Lot 2 and Lot 3 divided based on geographical areas. Should a Supplier apply for multiple Lots, if they are successful it will be the Authority’s decision as to which Lot they are offered. Suppliers successful onto Lots 1, 2 and 3; will be automatically added to Lot 4 for large projects.
two.2) Description
two.2.1) Title
Lot 1 – Asbestos Removal Routine Works (Humberston & Rowlatts Hill, Central)
Lot No
1
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
Lot 1 – Asbestos Removal Routine Works (Humberston & Rowlatts Hill, Central) - To undertake the routine asbestos removal works within the council’s housing stock (Humberstone and Rowlatts Hill, Central), which include dwellings of various types consisting of: bungalows, houses, bedsits, flats, maisonettes, tower blocks and sheltered housing schemes, etc.
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
Duration in months
24
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
Options to extend for additional period/ periods totalling no more than a further 2 years.
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
Lot 2 – Asbestos Removal Routine Works (Beaumont Leys, New Parks)
Lot No
2
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
Lot 2 – Asbestos Removal Routine Works (Beaumont Leys, New Parks) - To undertake the routine asbestos removal works within the council’s housing stock (Beaumont Leys, New Parks), which include dwellings of various types consisting of: bungalows, houses, bedsits, flats, maisonettes, tower blocks and sheltered housing schemes, etc.
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
Duration in months
24
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
Options to extend for additional period/ periods totalling no more than a further 2 years.
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
Lot 3 – Asbestos Removal Routine Works (Saffron, Eyres Monsell and Braunstone)
Lot No
3
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
Lot 3 – Asbestos Removal Routine Works (Saffron, Eyres Monsell and Braunstone) - To undertake the routine asbestos removal works within the Council’s housing stock (Saffron, Eyres Monsell and Braunstone), which include dwellings of various types consisting of: bungalows, houses, bedsits, flats, maisonettes, tower blocks and sheltered housing schemes, etc.
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
Duration in months
24
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
Options to extend for additional period/ periods totalling no more than a further 2 years.
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
Lot 4 - Competed Works
Lot No
4
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
two.2.3) Place of performance
NUTS codes
- UKF21 - Leicester
two.2.4) Description of the procurement
Lot 4 - Competed Works - Suppliers successful onto Lots 1, 2 and 3; will be automatically added to Lot 4 for large projects.
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
Duration in months
24
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
Options to extend for additional period/ periods totalling no more than a further 2 years.
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
Hold a Asbestos removal Licence form HSE to remove licenced Asbestos containing materials.
ARCA Registered (Full Contracting Member For asbestos removal contractors who hold a licence from the HSE) or similar approved.
A current Disclosure and Barring Service (DBS) certificate.
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
Envisaged maximum number of participants to the framework agreement: 3
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
31 August 2022
Local time
12:00pm
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
31 August 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 Years
six.4) Procedures for review
six.4.1) Review body
Construction and Technology Court (Queens Bench Division)
Priory Courts 33 Bull Street
Birmingham
B4 6DS
Country
United Kingdom