United Kingdom-Irvine: Environmental issues consultancy services
2018/S 117-265927
Contract notice
Services
Section I: Contracting authority
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
Section II: Object
Provision of Asbestos Consultancy Services in Non-Domestic Premises
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.
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.
This is a 2 year agreement with an option to extend up to a further 2 years.
Section III: Legal, economic, financial and technical information
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.
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.
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.
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.
Section IV: Procedure
Section VI: Complementary 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)
Cunninghame House, Friars Croft
Irvine
KA12 8EE
United Kingdom
Telephone: +44 1294324730
Fax: +44 1294324054
Internet address: http://www.north-ayrshire.gov.uk