Section one: Contracting authority
one.1) Name and addresses
The Riverside Group
2 Estuary Boulevard, Estuary Commercial Park, Speke, Liverpool, L24 8RF
Liverpool
L24 8RF
Contact
procurement@riverside.org.uk
Country
United Kingdom
NUTS code
UKD72 - Liverpool
National registration number
IP030938
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://riversource.wax-live.com/S2C/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://riversource.wax-live.com/S2C/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Asbestos Management & Removal
Reference number
Asbestos Management & Removal-BJ-22
two.1.2) Main CPV code
- 90650000 - Asbestos removal services
two.1.3) Type of contract
Services
two.1.4) Short description
The Riverside Group are looking to appoint contractors to deliver the provision of Asbestos Management & Removal for the buildings listed in the scope of this tender.
The contract value is approximately ?642kper annum circa ?3.2m for asbestos management and ?780k per annum circa ?3.9m for asbestos removal over the duration of 5years.
two.1.5) Estimated total value
Value excluding VAT: £7,110,000
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
two.2) Description
two.2.1) Title
Asbestos Management
Lot No
1
two.2.2) Additional CPV code(s)
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKD72 - Liverpool
- UKI - London
- UKG - West Midlands (England)
- UKF - East Midlands (England)
- UKM - Scotland
- UKD - North West (England)
- UKC - North East (England)
Main site or place of performance
Services will be carried out in the following regions
North & Scotland
LCR
South & Central
two.2.4) Description of the procurement
The Riverside Group are looking to appoint contractors to deliver the provision of Asbestos Management & Removal for the buildings listed in the scope of this tender.
The contract value is approximately ?702kper annum circa ?3.2m for asbestos management and ?780k per annum circa ?3.9m for asbestos removal over the duration of 5years.
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: £7,410,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2x12months
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 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 August 2022
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
30 August 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
London
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This tender process will incorporate a minimum 10 calendar day standstill period at the point
information on the award is communicated to tenderers. Appeals can be directly raised via
the contact points detailed in section VI.4.1) of this contract notice.