Construction Tenders

24 May 2025

Related Information

Construction Contract Leads

West Midlands

Category Services

Type

No. of Lots 1

Status Active

Published 6th Dec 2024

Tender Details
Referenceocds-h6vhtk-04c30b
Common Procurement VocabularyEnvironmental issues consultancy services
Procurement MethodOpen procedure
Value£375,000
More Tenders »

West Midlands

Category Services

Type

No. of Lots 1

Status Active

Published 6th Dec 2024

Tender Details
Referenceocds-h6vhtk-04c30b
Common Procurement VocabularyEnvironmental issues consultancy services
Procurement MethodOpen procedure
Value£375,000

Section I: Contracting authority

I.1) Name and addresses

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Contact

Procurement

Email

procurement [at] shropshire.gov.uk

Telephone

+44 1743252992

Country

United Kingdom

NUTS code

UKG22 - Shropshire CC

Internet address(es)

Main address

www.shropshire.gov.uk

I.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Environmental-issues-consultancy-services./B6P9295AH7

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Environmental-issues-consultancy-services./B6P9295AH7

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Environmental-issues-consultancy-services./B6P9295AH7

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

RMCB 052 - Asbestos Consultancy, Surveying and Monitoring Works

Reference number

RMCB 052

II.1.2) Main CPV code

  • 90713000 - Environmental issues consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

The delivery of the works undertaken by the Contractor under this Contract shall enable the Council to discharge their responsibility for Asbestos Consultancy – Surveying and Monitoring Works.

Tenders are being invited to the period 1st April 2025 – 31st March 2028. Thereafter, the contract may be extended for a further two years (up to 31st March 2030) subject to satisfactory performance during the initial contract term.

II.1.5) Estimated total value

Value excluding VAT: £375,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKG22 - Shropshire CC
Main site or place of performance

Shropshire CC

II.2.4) Description of the procurement

The delivery of the works undertaken by the Contractor under this Contract shall enable the Council to discharge their responsibility for Asbestos Consultancy – Surveying & Monitoring Works as stated in the specification 2.1 Scope of Contract

Please refer to Schedule 1 Specification Document and Pricing Schedule for full details of the requirements and indicative property details across the contract.

In summary:

Asbestos Surveying – Management/Reinspections/R&D

The production of the new survey shall be carried out according to the provisions of HSG264 – ‘Asbestos: The survey guide’ and as stated in the Specification document The Contractor shall use data gathered during site visits to identify, assess and report on the risks associated with the to enable the Client to discharge his duties under Control of Asbestos Regulations (CAR) 2012 and the Health and Safety at Work etc. Act 1974.

All asbestos survey report types are to be produced as a new stand-alone document. Previous asbestos survey will be made available which will form the basis of the reinspection surveys. Any new management or R&D surveys are to be produced as completely new documents with new samples obtained. The management survey will provide no reference to previous surveys. The R&D surveys will provide reference to the most current management/reinspection survey, to ensure anyone reading the report is able to obtain a full overview of the site. The Contractor is to be certain that the information they will be providing to the Council is correct and no assumptions are being made from historical data.

The Contractor will undertake reinspection surveys for all sites detailed within the Pricing Schedule. The Contract Administrator will inform the Contractor when new management surveys are required. R&D surveys will primarily be requested from other surveyors within the PSG structure, in addition to the Contract Administrator.

Tenders are being invited to the period 1st April 2025 – 31st March 2028. Thereafter, the contract may be extended for a further two years (up to 31st March 2030) subject to satisfactory performance during the initial contract term.

Prices submitted are initially for the period of 1st April 2025 to 31st March 2026 thereafter the contractor may submit a cost adjustment to the tendered figure for the following 12 months that is in line with the Consumer Price Index for the previous calendar year period as defined on the ONS website under the “CPI All Item: percentage change of 12 months data series”, and which is subject to the approval by the Council. However, in any event, the Council reserves the right to negotiate with the Contractor any proposed increase in rate if in its opinion they are not justified.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £375,000

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

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

Yes

Description of renewals

Tenders are being invited to the period 1st April 2025 – 31st March 2028. Thereafter, the contract may be extended for a further two years (up to 31st March 2030) subject to satisfactory performance during the initial contract term. Renewals will be after 5 years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/B6P9295AH7


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

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

List and brief description of conditions

See tender documentation.

III.1.2) Economic and financial standing

List and brief description of selection criteria

See tender documentation.

Minimum level(s) of standards possibly required

See tender documentation.

III.1.3) Technical and professional ability

List and brief description of selection criteria

See tender documentation.

Minimum level(s) of standards possibly required

See tender documentation.

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

See tender documentation.

III.2.2) Contract performance conditions

See tender documentation.

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

6 January 2025

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

6 January 2025

Local time

12:00pm

Place

Shrewsbury


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 5 years

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Environmental-issues-consultancy-services./B6P9295AH7

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/B6P9295AH7

GO Reference: GO-2024126-PRO-28800562

VI.4) Procedures for review

VI.4.1) Review body

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Email

procurement [at] shropshire.gov.uk

Telephone

+44 1743252992

Country

United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Telephone

+44 1743252992

Country

United Kingdom