UK-Leeds: Asbestos-removal work.

UK-Leeds: Asbestos-removal work.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
3rd Floor, Phoenix House, 3 South Parade, Leeds, LS15QX, United Kingdom
Tel. +44 1134871760, Email: m.hayter@neupc.ac.uk
Contact: Mark Hayter
Main Address: http://www.neupc.ac.uk/, Address of the buyer profile: https://neupc.delta-esourcing.com
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Asbestos-removal-work./64TN45Y3JP
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://neupc.delta-esourcing.com to the abovementioned 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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Asbestos Removals Services
Reference Number: EFM2022 NE
II.1.2) Main CPV Code:
45262660 - Asbestos-removal work.

II.1.3) Type of contract: WORKS
II.1.4) Short description: NEUPC seeks to establish a framework agreement for asbestos removal related work. The framework agreement will be made available for use by NEUPC member institutions, associate members, and affiliate members regardless of whether or not they are to be defined as contracting authorities for the purpose of The Public Contracts Regulations 2015. Membership of the consortia may be subject to change due to strategic realignment or the inclusion of new members. A list of NEUPC members, associate members, and affiliate members can be viewed at : http://www.neupc.ac.uk/our-members
II.1.5) Estimated total value:
Value excluding VAT: 9,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: all lots

Invitation to tender does not guarantee award: Award to one lot does not guarantee award to any other lot. Tenders cannot be conditional on award to multiple lots.

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: North East
Lot No: 1
II.2.2) Additional CPV codes:
45262660 - Asbestos-removal work.
90650000 - Asbestos removal services.

II.2.3) Place of performance:
UKC NORTH EAST (ENGLAND)

II.2.4) Description of procurement: Asbestos removal related work in North East England primarily including encapsulation extraction repair and safe disposal
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: 3,150,000
Currency: GBP
II.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: Ahead of the expiry of this framework It is envisaged that a superseding framework will be offered for tender

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for 3 years duration, at which time NEUPC reserves the right to invoke an extension period of one year, subject at all times to satisfactory framework performance. Extension of one lot does not guarantee extension to any other lot
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: framework call off contracts may be funded and include but not be limited to European Regional Development Fund (ERDF), European Structural and Investment Fund (ESIF), and Research Councils UK (RCUK)
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2

II.2.1) Title: Yorkshire and Humberside
Lot No: 2
II.2.2) Additional CPV codes:
45262660 - Asbestos-removal work.
90650000 - Asbestos removal services.

II.2.3) Place of performance:
UKE YORKSHIRE AND THE HUMBER

II.2.4) Description of procurement: asbestos removal related work in Yorkshire and Humberside, England primarily including encapsulation extraction repair and safe disposal
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: 3,150,000
Currency: GBP
II.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: ahead of the expiry of this framework a superseding framework is envisaged to be offered for tender

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for 3 years duration, at which time NEUPC reserves the right to invoke an extension period of one year, subject at all times to satisfactory framework performance. Extension of one lot does not guarantee extension to any other lot.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: framework call off contracts may be funded and include but not be limited to European Regional Development Fund (ERDF), European Structural and Investment Fund (ESIF), and Research Councils UK (RCUK)
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3

II.2.1) Title: The Midlands
Lot No: 3
II.2.2) Additional CPV codes:
45262660 - Asbestos-removal work.
90650000 - Asbestos removal services.

II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)

II.2.4) Description of procurement: asbestos removal related works in The Midlands, England, primarily including encapsulation extraction repair and safe disposal
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: 3,150,000
Currency: GBP
II.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: ahead of the expiry of this framework it is envisaged that a superseding framework will be offered for tender

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework agreement will operate for 3 years duration, at which time NEUPC reserves the right to invoke an extension period of one year, subject at all times to satisfactory framework performance. Extension of one lot does not guarantee extension to any other lot.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project: framework call off contracts may be funded and include but not be limited to European Regional Development Fund (ERDF), European Structural and Investment Fund (ESIF), and Research Councils UK (RCUK)
II.2.14) Additional information: Not provided


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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Control of Asbestos Regulations 2012
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: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.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: 18
In the case of framework agreements justification for any duration exceeding 4 years: Continued efforts to collaborate and achieve strategic alignment of HE and FE Purchasing consortia framework arrangements, may necessitate extended framework periods.


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2017/S 245 - 511194
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 02/07/2018 Time: 12:00

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 month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 02/07/2018
Time: 12:00
Place:
https://neupc.delta-esourcing.com


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 36 months
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.

CALL OFF METHODS, always at the institution's discretion, include
Direct award by cascade according to ranked framework award or by rotation
Further competition (by desktop exercise or mini tender)
E-auction

In a desktop exercise, award criteria weightings may be varied by 20%. In mini tenders, award criteria are fully flexible, including the option to remove any criterion that is not fully proportionate and / or relevant to the contract being offered for tender.

Any NEUPC Full Member, Associate Member, or Affiliate Member (existing or new) that is not located within the geographic regions identified in this contract notice, shall be entitled to use this framework agreement. In such an instance all awarded suppliers, regardless of their awarded geographic region, shall be considered for contract call off, depending on ability to supply

Institutions opting out of the Public Contracts Regulations and / or their partners that access this agreement are not bound by the call-off procedures which apply to Contracting Authorities

Call-off methods are further detailed in the procurement documents.

INFORMATION ABOUT ELECTRONIC WORKFLOWS
institutions using this framework agreement may operate different finance systems, and may require any combination of electronic ordering, invoicing and payment.

Envisaged maximum number of participants to the framework agreement: Although NEUPC considers this number unlikely, mathematically, the maximum possible number of suppliers awarded to this framework is 18, NEUPC considers the optimum number of suppliers per lot to be five, and therefore intends to award a maximum of six suppliers per lot, and a minimum of four suppliers per lot.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Asbestos-removal-work./64TN45Y3JP

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/64TN45Y3JP
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC Ltd
3rd Floor, Phoenix House, 3 South Parade, Leeds, LS15QX, United Kingdom
Tel. +44 1134871750
VI.4.2) Body responsible for mediation procedures:
NEUPC Ltd
3rd Floor, Phoenix House, 3 South Parade, Leeds, LS15QX, United Kingdom
Tel. +44 1134871750
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
NEUPC Ltd
3rd Floor, Phoenix House, 3 South Parade, Leeds, LS15QX, United Kingdom
Tel. +44 1134871750
VI.5) Date Of Dispatch Of This Notice: 25/05/2018

Annex A