Tender

IA2275 - Framework Agreement for the Provision of Asbestos Removal and Encapsulation Services

  • Staffordshire County Council
  • Organisation Defined in the Procurement Documents

F02: Contract notice

Notice identifier: 2021/S 000-022825

Procurement identifier (OCID): ocds-h6vhtk-02e097

Published 14 September 2021, 2:51pm



Section one: Contracting authority

one.1) Name and addresses

Staffordshire County Council

Staffordshire Place 2, Tipping Street

Stafford

St16 2DH

Contact

Laura Kendall

Email

laura.kendall@staffordshire.gov.uk

Telephone

+44 1785854656

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

www.staffordshire.gov.uk

Buyer's address

https://supplierlive.proactisp2p.com/Account/Login#

one.1) Name and addresses

Organisation Defined in the Procurement Documents

England

Email

laura.kendall@staffordshire.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.staffordshire.gov.uk

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:

http://www.staffordshire.gov.uk/business/procurement/Community-Right-to-Challenge/Community-Right-to-Challenge.aspx

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