Section one: Contracting authority
one.1) Name and addresses
Leicestershire County Council
County Hall, Leicester Road, Glenfield
Leicester
LE3 8RA
Contact
Mrs Rajwinder Bhola
Telephone
+44 1163057479
Country
United Kingdom
NUTS code
UKF2 - Leicestershire, Rutland and Northamptonshire
Internet address(es)
Main address
https://www.eastmidstenders.org/index.html
Buyer's address
https://www.eastmidstenders.org/index.html
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.eastmidstenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.eastmidstenders.org/
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
Framework for Asbestos Survey, Sampling & Analytical Services (Lot 1) & Asbestos Removal (Lot 2)
Reference number
DN483729
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
Leicestershire County Council is seeking to award up to 3 suppliers per lot a place on a Framework agreement for Asbestos Survey, Sampling & Analytical Services (Lot 1) and Asbestos Removal Works (Lot 2).
Services and Works relating to both Lots may be performed at any of the Councils owned buildings ranging from Schools, Corporate Buildings, Libraries or Farms.
Suppliers are invited to bid for one Lot only, multi Lot bidding is not allowed.
The contractor will be expected to offer a seven day week service with normal working hours Monday to Sunday 08:00 to 17:00 , 365 days a year. Services/Works within both Lots will include the requirement to respond in an asbestos service/works emergency.
two.1.5) Estimated total value
Value excluding VAT: £810,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
1
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 71600000 - Technical testing, analysis and consultancy services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
Asbestos surveys including management & refurbishment/demolition, Sampling and Analysis.
Reactive investigations to include sampling and analysis on properties within county council owned buildings. Leicestershire County Council has over 900 premises throughout Leicestershire which includes Schools, Libraries, corporate buildings, Offices, and Farms. Many of these buildings contain asbestos materials (ACM).
The appointed suppliers under Lot 1 shall be required under the terms of the contract to provide emergency service associated with asbestos services, this is expected to be within 24 hour, 7 days a week/365 days per year. Emergency call out times may also apply to work of an emergency nature, bidders are required to pay particular attention to the response timescales required, within the specification.
The scope of services shall include Asbestos Surveys (Management, R&D Surveys, and Reinspection) and Report, and Sampling and Analytical Services to be carried out in a UCAS accredited laboratory. The successful bidder shall be required to write a specification of any required works.
This is a framework agreement where up to 3 suppliers will be awarded a place on the framework. The framework is not ranked.
two.2.5) Award criteria
Quality criterion - Name: Quality Criteria / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £630,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework will be for an initial term of 3 years with an option to extend for 1 further year. The maximum term shall not exceed 4 years.
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) Description
two.2.1) Title
Lot No
2
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKF2 - Leicestershire, Rutland and Northamptonshire
two.2.4) Description of the procurement
The Council is inviting tenders for the provision of asbestos removal and abatement services for the use of Leicestershire County Council, the works may be performed at any of the Leicestershire County Council owned properties which include Schools, Libraries and Farms.
Leicestershire County Council has over 900 premises throughout Leicestershire which includes Schools, Libraries, corporate buildings, Offices, and Farms. Many of these buildings contain asbestos materials (ACM).
The works under Lot 2 will range from notifiable asbestos work, notifiable non-licensed works, and non-licensed works, and collection of asbestos waste.
The contractor will be expected to offer a seven day week service with normal working hours Monday to Sunday 08:00 to 17:00 , 365 days a year. Emergency call out times may also apply to work of an emergency nature, bidders are required to pay particular attention to the response timescales required, within the specification.
This is a framework agreement where up to 3 suppliers will be awarded a place on the framework.
The framework is not ranked.
two.2.5) Award criteria
Quality criterion - Name: Quality Criteria / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £180,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework will be for an initial term of 3 years with an option to extend for 1 further year. The maximum term shall not exceed 4 years.
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
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 a single operator
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
4 October 2021
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
4 October 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
London
Country
United Kingdom