Section one: Contracting authority
one.1) Name and addresses
Welwyn Hatfield Borough Council
The Campus
Welwyn Garden City
AL8 6AE
Contact
Procurement
Telephone
+44 1707357371
Country
United Kingdom
NUTS code
UKH23 - Hertfordshire
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Tenders/Current
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/supplyhertfordshire/aspx/Tenders/Current
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
WHC - Asbestos Surveying and Analytical Services.
Reference number
C1113
two.1.2) Main CPV code
- 90650000 - Asbestos removal services
two.1.3) Type of contract
Services
two.1.4) Short description
The Services comprise undertaking of asbestos surveying, sampling and analytical services for Welwyn Hatfield Borough Council . This is to support repairs and maintenance services for the Council.The Consultant shall undertake the following Services:i. asbestos management surveys;ii. analytical services, including bulk sampling, air testing and 4-stage clearance tests; iii. refurbishment and demolition surveys andiv. combined surveys.The Council will appoint 2 Contractors to undertake the work. Work will generally be allocated on a geographical split with one Contractor allocated the North of the Borough and the other Contractor allocated the South. If one Contractor is not undertaking work in accordance with the requirements of the Council or meeting the KPI’s then the Council may allocate less work to this Contractor and more to the other.
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)
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKH23 - Hertfordshire
two.2.4) Description of the procurement
The Services comprise undertaking of asbestos surveying, sampling and analytical services for Welwyn Hatfield Borough Council . This is to support repairs and maintenance services for the Council.The Consultant shall undertake the following Services:i. asbestos management surveys;ii. analytical services, including bulk sampling, air testing and 4-stage clearance tests; iii. refurbishment and demolition surveys andiv. combined surveys.The Council will appoint 2 Contractors to undertake the work. Work will generally be allocated on a geographical split with one Contractor allocated the North of the Borough and the other Contractor allocated the South. If one Contractor is not undertaking work in accordance with the requirements of the Council or meeting the KPI’s then the Council may allocate less work to this Contractor and more to the other.
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
48
This contract is subject to renewal
Yes
Description of renewals
Up to 24 months
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
Objective criteria for choosing the limited number of candidates:
As detailed in the SQ
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
As detailed in 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.2.3) 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
8 November 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
9 December 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 1 - 3 years
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
Institute of Arbitrators
London
Country
United Kingdom