Tender

SBC TC11 - Asbestos Surveying, Sampling and Consultancy Services for Public and Domestic Buildings within the Borough of Southend on Sea

  • Southend-on-Sea Borough Council
  • South Essex Homes

F02: Contract notice

Notice identifier: 2021/S 000-030683

Procurement identifier (OCID): ocds-h6vhtk-02ff52

Published 9 December 2021, 1:53pm



Section one: Contracting authority

one.1) Name and addresses

Southend-on-Sea Borough Council

Civic Centre, Victoria Avenue

Southend on Sea

SS2 6ER

Contact

Liz Green

Email

lizgreen@southend.gov.uk

Telephone

+44 1702215000

Country

United Kingdom

NUTS code

UKH31 - Southend-on-Sea

Internet address(es)

Main address

http://www.southend.gov.uk/

Buyer's address

http://www.southend.gov.uk/

one.1) Name and addresses

South Essex Homes

Civic Centre, Victoria Avenue

Southend on Sea

Email

eprocurement@southend.gov.uk

Country

United Kingdom

NUTS code

UKH31 - Southend-on-Sea

Internet address(es)

Main address

https://procurement.southend.gov.uk

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

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

SBC TC11 - Asbestos Surveying, Sampling and Consultancy Services for Public and Domestic Buildings within the Borough of Southend on Sea

Reference number

DN577322

two.1.2) Main CPV code

  • 90650000 - Asbestos removal services

two.1.3) Type of contract

Services

two.1.4) Short description

Southend Borough Council is carrying out this procurement exercise in the form of a two-stage Restricted procurement procedure for the Provision of Asbestos Surveying, Sampling and Consultancy Services to Public and Domestic Buildings, on behalf of and for Southend Borough Council and South Essex Homes to establish Measured Term Contracts, for the contracting authorities. Lot 3 will be a Framework Agreement and will incorporate call-off contracts through a mini-competition procedure with no guarantee of any services being awarded

This provision is broken down into the following lots:

Lot 1 – Asbestos Management Surveys & Re-Inspections to the Council’s Public Buildings; under a JCT Measured Term Contract

Lot 2 - Asbestos Management Surveys & Re-Inspections to South Essex Homes Domestic Buildings under a JCT Measured Term Contract

Lot 3 - Framework Agreement for Refurbishment and Demolition Surveys, Bulk Sampling, Air Testing and Consultancy to Public and Domestic buildings under the terms and conditions of a JCT Measured Term Contract. This Lot will incorporate call-off contracts through a mini-competition procedure with no guarantee of any services being awarded

Suitably qualified, skilled and experienced organisations are invited to express an interest in stage 1 of this procurement procedure. Full details of this opportunity and how to respond are included in the procurement and draft tender documents.

two.1.5) Estimated total value

Value excluding VAT: £256,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 – Asbestos Management Surveys & Re-Inspections to the Council’s Public Buildings

Lot No

1

two.2.2) Additional CPV code(s)

  • 79311000 - Survey services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

Southend-on-Sea Borough Council manage and maintain multiple public access buildings located throughout the borough including theatres, museums, libraries, office blocks and educational facilities. Lot 1 involves the annual re-inspection of existing asbestos registers as well as the commissioning of new asbestos management survey where new properties are added to the department’s portfolio. Call out orders will be raised where additional bulk sampling is required for the management of the buildings and when air testing is required.

Southend Council has concluded that its requirements are best achieved by appointing 1 supplier under this Lot to deliver this service under the JCT Measured Term Contract.

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: £36,000

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

Duration in months

36

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Applicants will be assessed on the quality and scores of their responses to the Supplier Questionnaire and the Contract Specific Questionnaire as outlined in the 'Instructions to Candidates for Stage 1; The Supplier Questionnaire Stage' for this Tender.

Subject to the Number of Candidates and their respective scoring: the Client reserves the right to alter the number of Candidates invited to tender. Examples of this include, but are not limited to:

if there is a substantial scoring gap between Candidates 4 and 5 or if there is negligible scoring difference between Candidates 5 and 6. In the event of either of these examples occurring 4 or 6 may be invited through to Stage 2 respectively.

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.2.14) Additional information

All criteria and exclusion grounds to be used to short-list candidates to be Invited to Tender are set out in the tender documents and the Supplier Questionnaire available to download on https://procontract.due-north.com - Reference no. DN577322.

two.2) Description

two.2.1) Title

Lot 2 - Asbestos Management Surveys & Re-Inspections to South Essex Homes Domestic Buildings

Lot No

2

two.2.2) Additional CPV code(s)

  • 79311000 - Survey services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

South Essex Homes (SEH) manages approximately 6,000 dwellings in addition to communal areas ranging in age from pre-war to the 1980’s on behalf of Southend on Sea Borough Council. Lot 2 involves undertaking asbestos management surveys to requirements stated and in accordance with HSG264 in domestic occupied and void properties. Under this Lot the Consultant will be required to provide all aspects of an asbestos consultancy including surveying, organising, and supervising removal and reinstatement operations, advice, and air monitoring. Additionally, the Consultant will be required to have a UKAS Accredited in-house laboratory to undertake bulk sampling and have the ability to integrate their IT with SEH existing Apex Asbestos Register.

Southend Council has concluded that its requirements are best achieved by appointing 1 supplier under this Lot to deliver this service under the JCT Measured Term Contract.

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: £100,000

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

Duration in months

36

This contract is subject to renewal

No

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Applicants will be assessed on the quality and scores of their responses to the Supplier Questionnaire and the Contract Specific Questionnaire as outlined in the 'Instructions to Candidates for Stage 1; The Supplier Questionnaire Stage' for this Tender.

Subject to the Number of Candidates and their respective scoring: the Client reserves the right to alter the number of Candidates invited to tender. Examples of this include, but are not limited to:

if there is a substantial scoring gap between Candidates 4 and 5 or if there is negligible scoring difference between Candidates 5 and 6. In the event of either of these examples occurring 4 or 6 may be invited through to Stage 2 respectively.

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.2.14) Additional information

All criteria and exclusion grounds to be used to short-list candidates to be Invited to Tender are set out in the tender documents and the Supplier Questionnaire available to download on https://procontract.due-north.com - Reference no. DN577322.

two.2) Description

two.2.1) Title

Lot 3 - Framework Agreement for Refurbishment and Demolition Surveys, Bulk Sampling, Air Testing and Consultancy to Public and Domestic buildings

Lot No

3

two.2.2) Additional CPV code(s)

  • 79311000 - Survey services
  • 90700000 - Environmental services

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

Southend-on-Sea Borough Council manage and maintain multiple public access buildings located throughout the borough including theatres, museums, libraries, office blocks and educational facilities. South Essex Homes (SEH) manages approximately 6,000 dwellings in addition to communal areas ranging in age from pre-war to the 1980’s on behalf of Southend on Sea Borough Council.

Lot 3 will be a Framework Agreement which will involve undertaking refurbishment and demolition (R&D) asbestos surveys in preparation for project works. Call out orders will be raised where additional bulk sampling is required for the management of the buildings and when air testing is required for asbestos removal works. This Lot will incorporate call-off orders/contracts through a mini-competition procedure with no guarantee of any services being awarded.

Southend Council has concluded that its requirements are best achieved by appointing 5 suppliers under this Lot to deliver this service under the JCT Measured Term Contract.

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: £120,000

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

Duration in months

36

This contract is subject to renewal

No

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

Envisaged number of candidates: 10

Objective criteria for choosing the limited number of candidates:

Applicants will be assessed on the quality and scores of their responses to the Supplier Questionnaire and the Contract Specific Questionnaire as outlined in the 'Instructions to Candidates for Stage 1; The Supplier Questionnaire Stage' for this Tender.

Subject to the Number of Candidates and their respective scoring: the Client reserves the right to alter the number of Candidates invited to tender. Examples of this include, but are not limited to:

if there is a substantial scoring gap between Candidates 9 and 10 or if there is negligible scoring difference between Candidates 10 and 11. In the event of either of these examples occurring 9 or 11 may be invited through to Stage 2 respectively.

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.2.14) Additional information

All criteria and exclusion grounds to be used to short-list candidates to be Invited to Tender are set out in the tender documents and the Supplier Questionnaire available to download on https://procontract.due-north.com - Reference no. DN577322.


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

Details detailed within the Supplier Questionnaire

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

As set out in the procurement 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.1.3) 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: 5

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

13 January 2022

Local time

3:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

2 March 2022

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: 4 (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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Services

London

Country

United Kingdom