Construction Contract Leads
West Midlands
Category Services
Type
No. of Lots 1
Status Active
Published 6th Dec 2024
Reference | ocds-h6vhtk-04c30b |
Common Procurement Vocabulary | Environmental issues consultancy services |
Procurement Method | Open procedure |
Value | £375,000 |
West Midlands
Category Services
Type
No. of Lots 1
Status Active
Published 6th Dec 2024
Reference | ocds-h6vhtk-04c30b |
Common Procurement Vocabulary | Environmental issues consultancy services |
Procurement Method | Open procedure |
Value | £375,000 |
Section I: Contracting authority
I.1) Name and addresses
Shropshire Council
Shirehall, Abbey Foregate
Shrewsbury
SY2 6ND
Contact
Procurement
procurement [at] shropshire.gov.uk
Telephone
+44 1743252992
Country
United Kingdom
NUTS code
UKG22 - Shropshire CC
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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:
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
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