Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Asbestos Management Survey and Analytical Services.
Reference number: AA1266
II.1.2)Main CPV code
71315400
II.1.3)Type of contract
Services
II.1.4)Short description:
NHS Ayrshire and Arran (the Board) require a competitively priced Tender to undertake Asbestos Management inspection surveys,annual re-inspection certification carried out on each of the Board premises (48)and the option to call off analytical services as required.
II.1.5)Estimated total value
Value excluding VAT: 750 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71315400
71631300
79132000
71315300
90650000
45262660
II.2.3)Place of performance
NUTS code: UKM93
NUTS code: UKM94
Main site or place of performance:
II.2.4)Description of the procurement:
The board require suitably qualified and experienced Consultants to provide a range of Asbestos Survey and Analytical Services
The successful Suppliers must be willing to play an active and effective role as a partner in understanding the needs and requirements of a large and complex building stock and will be expected to support the board through the delivery of a comprehensive and demanding package of services.
Core or planned work:
— Management Surveys,
— Management Re-inspection Surveys.
Optional works unplanned:
— Refurbishment and Demolition Surveys,
— Bulk Sampling,
— Identification of asbestos by PLM,
— Air Monitoring,
— Fibre Counting,
— Clearance Testing,
— SEM analysis,
— Audits,
— Attendance to emergency situations,
— When requested the provision of expert professional advice.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Optional 2 extension of 12 months.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
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
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Insurances.
Credit check.
Minimum level(s) of standards possibly required:
4B5.1 Employers Liability Insurance — minimum 10 000 000 GBP.
4B5.2 Public Liability Insurance — minimum 10 000 000 GBP.
4B5.2 Professional Indemnity Insurance — minimum 5 000 000 GBP
NHS Ayrshire and Arran will carry out a credit check using Dun and Bradstreet to assess financial standing of prospective bidders. Prospective bidders are encouraged to view/check their score to ensure the information is accurate prior to responding to the ESPD. If a prospective bidder does not agree with the rating they have been given, it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed.
If a prospective bidder is not listed on Dun and Bradstreet, for whatever reason, then it may be asked to submit relevant accounts to enable the required assessment of financial standing to be carried out.
Prospective bidders should have a Dun and Bradstreet score of 1 or 2 to demonstrate satisfactory financial standing. If a prospective bidder has a score greater than 2 and has the backing of a parent company with a credit rating of 1 or 2, the provision of a Parent Company Guarantee prior to the award of any contract will be acceptable. If a prospective bidder has a score greater than 2 and no evidence to support a stable or improved financial standing then they may not be selected.
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
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.1.3)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: 6
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 18/09/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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: 18/09/2017
Local time: 12:30
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflows
VI.3)Additional information:
In addition to the ESPD bidders are also required to provide 2 examples of Asbestos related work with references and these will be scored as part of Stage 1 (Scoring method and weighting detailed in ITT).
Provide relevant experience examples of asbestos related work to the same scale as this framework. Supporting documentation .i.e. survey plans, RAMS, reports should be included. Generic marketing or sales literature will not be considered. Examples must cover the following:
— Large scale analytical/site management project.
— Refurbishment/demolition survey of a complex site.
— Analytical term contract.
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=503823
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:503823)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=503823
VI.4)Procedures for review
VI.4.1)Review body
NHS Ayrshire & Arran
Eglinton House, Ailsa Hospital, Dalmellington Road
Ayr
KA6 6AB
United Kingdom
Telephone: +44 1294323585
Fax: +44 1294323052
Internet address:http://www.nhsaaa.net
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
15/08/2017