loading
  • GB-KA12 8EE Irvine
  • 23.07.2018
  • Ausschreibung
  • (ID 2-306038)

Provision of Asbestos Consultancy Services in Non-Domestic Premises


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 23.07.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Umweltverträglichkeitsstudie / allgemeine Beratungsleistungen / Altlastensanierung
    Sprache Englisch
    Aufgabe
    North Ayrshire Council requires to establish a Framework Agreement for the Provision of Asbestos Consultancy Services in Non-Domestic Premises in North Ayrshire including the Islands of Arran and Cumbrae. Services required include Management surveys, Refurbishment surveys, Demolition surveys and Re-inspection surveys, Air Sampling (including 4 Stage Clearance, Reassurance, Leak and Background Air Sampling) and Bulk Sampling and Analysis.
    This is a 2 year agreement with an option to extend for a further 2 years.
    The service provider must have the relevant professional and educational qualifications, the appropriate accreditations and must agree to meet the specified response and reporting timescales as detailed within the tender documents.
    Leistungsumfang
    North Ayrshire Council requires to establish a Framework Agreement for the Provision of Asbestos Consultancy Services in Non-Domestic Premises in North Ayrshire including the Islands of Arran and Cumbrae. Services required include Management surveys, Refurbishment surveys, Demolition surveys and Re-inspection surveys, Air Sampling (including 4 Stage Clearance, Reassurance, Leak and Background Air Sampling) and Bulk Sampling and Analysis.
    This is a 2 year agreement with an option to extend for a further 2 years.
    The service provider must have the relevant professional and educational qualifications, the appropriate accreditations and must agree to meet the specified response and reporting timescales as detailed within the tender documents.
    Adresse des Bauherren UK-KA12 8EE Irvine
    TED Dokumenten-Nr. 265927-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Irvine: Environmental issues consultancy services

      2018/S 117-265927

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      North Ayrshire Council
      Cunninghame House, Friars Croft
      Irvine
      KA12 8EE
      United Kingdom
      Telephone: +44 1294324730
      E-mail: MTdpa2hcbmteZl5nbTlnaGttYSZacmtsYWJrXidgaG8nbmQ=
      Fax: +44 1294324054
      NUTS code: UKM93

      Internet address(es):

      Main address: http://www.north-ayrshire.gov.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk
      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:

      Provision of Asbestos Consultancy Services in Non-Domestic Premises

      Reference number: NAC/2150
      II.1.2)Main CPV code
      90713000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      North Ayrshire Council requires to establish a Framework Agreement for the Provision of Asbestos Consultancy Services in Non-Domestic Premises in North Ayrshire including the Islands of Arran and Cumbrae. Services required include Management surveys, Refurbishment surveys, Demolition surveys and Re-inspection surveys, Air Sampling (including 4 Stage Clearance, Reassurance, Leak and Background Air Sampling) and Bulk Sampling and Analysis.

      This is a 2 year agreement with an option to extend for a further 2 years.

      The service provider must have the relevant professional and educational qualifications, the appropriate accreditations and must agree to meet the specified response and reporting timescales as detailed within the tender documents.

      II.1.5)Estimated total value
      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)
      71313450
      71600000
      90700000
      II.2.3)Place of performance
      NUTS code: UKM93
      NUTS code: UKM63
      II.2.4)Description of the procurement:

      North Ayrshire Council requires to establish a Framework Agreement for the Provision of Asbestos Consultancy Services in Non-Domestic Premises in North Ayrshire including the Islands of Arran and Cumbrae. Services required include Management surveys, Refurbishment surveys, Demolition surveys and Re-inspection surveys, Air Sampling (including 4 Stage Clearance, Reassurance, Leak and Background Air Sampling) and Bulk Sampling and Analysis.

      This is a 2 year agreement with an option to extend for a further 2 years.

      The service provider must have the relevant professional and educational qualifications, the appropriate accreditations and must agree to meet the specified response and reporting timescales as detailed within the tender documents.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 40
      Price - Weighting: 60
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 03/09/2018
      End: 02/09/2020
      This contract is subject to renewal: yes
      Description of renewals:

      This is a 2 year agreement with an option to extend up to a further 2 years.

      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
      List and brief description of conditions:

      If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

      Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

      Bidders must confirm if they hold the particular authorisation or memberships.

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

      Bidders will be required to have a minimum “general” yearly turnover of 100 000 GBP for the last 3 years:

      Bidders will be required to have a minimum yearly turnover of 100 000 GBP for the last 3 years in the business area covered by the contract.

      Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up / started trading.

      It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

      Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP

      http://www.hse.gov.uk/pubns/hse40.pdf

      Public Liability Insurance = 10 000 000 GBP

      Professional Indemnity Insurance = 5 000 000 GBP.

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

      Bidders will be required to provide a 2 examples, within the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in Part II.2.4 of this Contract Notice. The experience provided will be for projects of a similar value, size and scope.

      Unsatisfactory experience will result in a fail and exclusion from the tender process.

      Bidders must provide 2 satisfactory references from the same 2 contracts within the last 3 years on the reference templates provided in the Instruction to Tenders document. References should be completed and signed by previous customers for contracts of a similar nature, value scope and size. Completed reference templates must be uploaded into the general attachments area of the qualification envelope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.

      Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

      a) Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:

      Project Manager: BOHS Certificate of Competence in Asbestos.

      Senior Analysts: BOHS certificates P401, P403 and P404.

      Senior Surveyor: BOHS certificate P402.

      Analyst (Air Testing): BOHS certificates P403 and P404.

      Analyst (Bulk Sample Analysis): BOHS certificate P401.

      b) Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:

      Project Manager: BOHS Certificate of Competence in Asbestos.

      Senior Analysts: BOHS certificates P401, P403 and P404.

      Senior Surveyor: BOHS certificate P402.

      Analyst (Air Testing): BOHS certificates P403 and P404.

      Analyst (Bulk Sample Analysis): BOHS certificate P401.

      Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:

      The Special Waste Amendment (Scotland) Regulations 2004.

      Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in this Contract Notice.

      Minimum level(s) of standards possibly required:

      Quality Management Procedures:

      1) the bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent); or

      2) a quality management policy authorised by their Chief Executive or equivalent. Please see the ESPD Guidance documents in the Instruction to Tenderers document for full details.

      Environmental Management Standards:

      1) the Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate; or

      2) an Environmental management policy authorised by their Chief Executive or equivalent Please see the ESPD Guidance within the Instruction to Tenderers document for full details.

      Health and Safety Procedures:

      1) the bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum; or

      2) a Health and Safety policy authorised by their Chief Executive or equivalent, Full details are contained within the ESPD guidance form within the Instructions to tenderers document.

      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

      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: 4
      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: 23/07/2018
      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: 23/07/2018
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

      North Ayrshire Council have decided not to use Lots for this tender for the reason(s) stated below:

      Nature of the contract not suitable for Lots as there is no guarantee of any work allocated through the framework and it would require additional Contract Management resource which is not available.

      The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11189

      For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

      A summary of the expected community benefits has been provided as follows:

      — Supply Chain Initiatives,

      — Education and Community Engagement.

      (SC Ref:547069)

      VI.4)Procedures for review
      VI.4.1)Review body
      North Ayrshire Council
      Cunninghame House, Friars Croft
      Irvine
      KA12 8EE
      United Kingdom
      Telephone: +44 1294324730
      Fax: +44 1294324054

      Internet address: http://www.north-ayrshire.gov.uk

      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:
      18/06/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 21.06.2018
Zuletzt aktualisiert 21.06.2018
Wettbewerbs-ID 2-306038 Status Kostenpflichtig
Seitenaufrufe 38