Tender

WAV PT Provision of Asbestos Removal and reinstatement work

  • Waverley Borough Council

F02: Contract notice

Notice identifier: 2021/S 000-029366

Procurement identifier (OCID): ocds-h6vhtk-02fa25

Published 25 November 2021, 3:32pm



Section one: Contracting authority

one.1) Name and addresses

Waverley Borough Council

The Burys

Godalming

GU7 1HR

Contact

Patrick Tuite

Email

patrick.tuite@waverley.gov.uk

Country

United Kingdom

NUTS code

UKJ25 - West Surrey

Internet address(es)

Main address

https://www.waverley.gov.uk/

Buyer's address

https://www.sesharedservices.org.uk/esourcing

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.sesharedservices.org.uk/esourcing

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sesharedservices.org.uk/esourcing

Tenders or requests to participate must be submitted to the above-mentioned address

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

WAV PT Provision of Asbestos Removal and reinstatement work

Reference number

WAV - 033719

two.1.2) Main CPV code

  • 45262660 - Asbestos-removal work

two.1.3) Type of contract

Works

two.1.4) Short description

Tender for asbestos removals, remediation and reinstatement works. This will include enabling works for both planned and responsive repairs work streams. There is also a requirement to provide out of hours cover in the case of emergencies. The contractor will need to interact closely with the employers asbestos survey and analysis contractor.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work

two.2.3) Place of performance

NUTS codes
  • UKJ25 - West Surrey

two.2.4) Description of the procurement

The procurement will be ran in accordance with the Restricted Procedure. The tender will be run in two stages. The selection stage will go live in November 2021 using the standard PAS 91:2013+A1:2017 selection questionnaire to pre-qualify suitably experienced contractors. Following this, contractors will be invited to the tender stage, which will go live in January 2021 with a view to the works commencing in August 2022 All dates are subject to change. All tender documents included in DRAFT DOCUMENTS - FOR INFORMATION ONLY, (including the Invitation to Tender, specification and contract documents) shall be issued at SQ stage for information purposes only and are all subject to non-substantial changes when the Invitation to Tender is issued to the shortlisted Tenderers.

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: £1,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the tender documents

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

Please refer to the tender documents

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

Restricted 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

7 January 2022

Local time

1:00pm

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom