UK-London: Asbestos removal services.

UK-London: Asbestos removal services.
Section I: Contracting Authority
I.1) Name and addresses
Hyde Housing Association (The Hyde Group), UKI
30 Park Street, London, SE1 9EQ, United Kingdom
Tel. +44 2032072754, Email: procurementhelpdesk@hyde-housing.co.uk
Contact: Mark Shickell
Main Address: https://www.hyde-housing.co.uk
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: No.
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.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
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Asbestos Surveying, Testing and Removal
Reference Number: X72B28XJKC
II.1.2) Main CPV Code:
90650000 - Asbestos removal services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Creation of a framework of asbestos surveying, testing and removal services.

The proposal is to make the framework available to other housing associations, social landlords and registered providers of housing.
II.1.5) Estimated total value:
Value excluding VAT: 3,000,000
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: 7
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Zone 1 - Refer to Zone 1 Map in the ITT document pack
Zone 2 - Refer to Zone 2 Map in the ITT document pack
Zone 3 - Refer to Zone 3 Map in the ITT document pack
Zone 4 - Refer to Zone 4 Map in the ITT document pack
Zone 5 - Refer to Zone 5 Map in the ITT document pack
Zone 6 - Refer to Zone 6 Map in the ITT document pack
Zone 7 - Refer to Zone 7 Map in the ITT document pack

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

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

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Creation of framework of contractors/suppliers to undertake and provide asbestos surveying, testing and removal services.

The intention is to make the framework available to other housing associations, social landlords and registered providers of housing. This will be a rebate of 1%. This is stated in Schedule 6 of the Framework Agreement which is included in the ITT document pack.
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: 20,000,000
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: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: No
Identification of the project: Not provided
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:
As stated in the ITT document pack. To access the tender documents please enter the Access Code: X72B28XJKC via the Delta ePortal
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As stated in the ITT document pack
Minimum level(s) of standards possibly required (if applicable) :
As stated in the ITT document pack
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As stated in the ITT document pack
Minimum level(s) of standards possibly required (if applicable) :
As stated in the ITT document pack
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Registered and Certified Asbestos Removal and Asbestos Waste Carrier and as further stated in the requirements set out in the ITT document pack
III.2.2) Contract performance conditions
As stated in the ITT document pack
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: Yes

Section IV: Procedure
IV.1) Description
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: 35
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/12/2016 Time: 13:00

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:
Until: 31/03/2017

IV.2.7) Conditions for opening of tenders:
Date: 15/12/2016
Time: 13:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.Economic operators should note that this estimated value is based on Hyde's current anticipated requirements. This value may increase in the event that the Group acquires additional development units during the term of the Framework, whether obtained through a merger or acquisition or as part of a joint venture arrangement, and requires the services covered by the Framework to be performed. In addition, other Social Housing Providers in the UK (both those that are in existence now and those that may come into existence during the term of the Framework Agreement) may also be entitled to call-off contracts under the Framework Agreement. “Social Housing Provider” for this purpose means any provider of social housing and includes Registered Providers (as listed on the Tenant Services Authority Website: www.tenantservicesauthority.org), Local Authorities and ALMOs. Applicants should note that, under the Framework Agreement, no organisation that is entitled to call-off shall be under any obligation to do so neither does the Social Housing Provider in question have the automatic right to do so without permission from The Hyde Group. To access the ITT documents please enter the access code: X72B28XJKC where instructed via the Delta eSourcing portal.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Asbestos-removal-services./X72B28XJKC

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/X72B28XJKC
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/11/2016

Annex A