Section one: Contracting authority
one.1) Name and addresses
Staffordshire County Council
Staffordshire Place 2, Tipping Street
Stafford
St16 2DH
Contact
Laura Kendall
laura.kendall@staffordshire.gov.uk
Telephone
+44 1785854656
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com/Account/Login#
one.1) Name and addresses
Organisation Defined in the Procurement Documents
England
laura.kendall@staffordshire.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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://supplierlive.proactisp2p.com/Account/Login#
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/Account/Login#
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
IA2275 - Framework Agreement for the Provision of Asbestos Removal and Encapsulation Services
Reference number
DN1265
two.1.2) Main CPV code
- 45262660 - Asbestos-removal work
two.1.3) Type of contract
Works
two.1.4) Short description
Staffordshire County Council is proposing to develop a framework agreement to provide “removal and encapsulation of asbestos-containing materials”. The services to be tendered for comprise the full range of asbestos removal works including both licensed and non-licensed activities. Further details can be found in the tender specification.
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKG2 - Shropshire and Staffordshire
Main site or place of performance
Staffordshire
two.2.4) Description of the procurement
Staffordshire County Council is proposing to develop a framework agreement to provide “removal and encapsulation of asbestos-containing materials”. The services to be tendered for comprise the full range of asbestos removal works including both licensed and non-licensed activities. Further details can be found in the tender specification.
Where a supplier is currently awarded to IA1657 Asbestos Surveys and Air Monitoring, they cannot be awarded a spot on this Framework therefore you are advised not to bid.
The Agreement term will be from 1st March 2022 to 28th February 2024, with an additional option to extend by 2 x 12-month extensions (1st March 2024 to 28th February 2025 and 1st March 2025 to 28th February 2026).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2022
End date
28 February 2026
This contract is subject to renewal
Yes
Description of renewals
The Agreement term will be from 1st March 2022 to 28th February 2024, with an additional option to extend by 2 x 12-month extensions (1st March 2024 to 28th February 2025 and 1st March 2025 to 28th February 2026).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Agreement term will be from 1st March 2022 to 28th February 2024, with an additional option to extend by 2 x 12-month extensions (1st March 2024 to 28th February 2025 and 1st March 2025 to 28th February 2026).
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Continued appointment to the Framework Agreement are in accordance with suppliers
adherence to pre-established, ongoing, Key Performance Indicators. See the procurement
documentation.
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: 4
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 October 2021
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: It is envisaged that contract advert notices for the next Framework Agreement may be placed within the next 2or 3 years. This cannot be guaranteed.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This is an electronic tender. All submissions must be made via the formal Contracting Authority electronic tendering platform.
All requests for information to be sent through the electronic tendering portal and message
facility on the Proactis electronic tendering system.
How to register - follow the link to Proactis electronic tendering:
— https://supplierlive.proactisp2p.com/Account/Login
If you require urgent assistance regarding the initial usage of the e-Tendering package please
contact the Contracting Authority point-of-contact in Section I.1 of this notice. On failure to
reach this contact, please immediately email the nature of the difficulty to
commercial.team@staffordshire.gov.uk
This procurement is for a Framework Agreement between the appointed providers(s) and
the Contracting Authority, to supply predominately services on an ad-hoc call-off basis, as
and when required.
The Contracting Authority or its public sector partners/Customers makes no guarantee as to
the volume of business on offer or to be awarded, and any volumes given are indicative only
and intended as a general guide. There is no commitment at the time of tendering from any
parties outside of the Contracting Authority and this should be taken into consideration
when bidding.
All framework management, post-tender, will be in accordance with the Public Contracts
Regulations 2015. The call-off orders will be allocated by terms laid down in the framework.
Please see the tender documentation for further details.
The Contracting Authority also reserves the right to operate a public tender or quotations
outside of the framework where so required.
As part of the Governments National Procurement Strategy, collaborative working and
supporting other Authorities now forms part of the Contracting Authority's procurement
remit. This agreement may be made available to other Contracting Authorities including
without limitation Councils and Public Bodies within Staffordshire and neighboring
geographical areas as prescribed by the NUTS codes in this notice. These will include Health
and NHS Bodies, Local Authorities, Contracting Authorities, any other Government
Department, Defence, Police and Emergency Services, Metropolitan / District Councils,
Utilities, Educational Establishments, and Utilities, including the Contracting Authorities
named in this notice. These organisations will be afforded third party rights or be named as
beneficiaries under the contract or contracts where appropriate.
Financing / Payment:
— payments may be made following acceptance by the banking agents of Staffordshire County Council.
Legal form of groups of providers:
— no special legal form is required by the grouping of providers but each provider will be
required to be come jointly or severally responsible for the contract before acceptance.
For reference the following website outlines the Contracting Authority's policy on the
Community Right to Challenge:
six.4) Procedures for review
six.4.1) Review body
Staffordshire County Council
Stafford
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Staffordshire County Council
Staford
Country
United Kingdom