Tender

Asbestos Surveying, Sampling & Analytical Services

  • River Clyde Homes

F02: Contract notice

Notice identifier: 2022/S 000-003859

Procurement identifier (OCID): ocds-h6vhtk-0315ae

Published 10 February 2022, 2:05pm



The closing date and time has been changed to:

14 March 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

River Clyde Homes

Clyde View, 22 Pottery Street

Greenock

PA15 2UZ

Email

procurement@riverclydehomes.org.uk

Telephone

+44 8000132196

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://riverclydehomes.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12102

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Asbestos Surveying, Sampling & Analytical Services

Reference number

RCH572

two.1.2) Main CPV code

  • 90650000 - Asbestos removal services

two.1.3) Type of contract

Services

two.1.4) Short description

RCH are seeking to appoint a highly competent and experienced contractor to undertake Ad-Hoc Asbestos Surveying Sampling & Analytical Services/Remedial works within our properties.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services
  • 71355000 - Surveying services
  • 79311300 - Survey analysis services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

RCH are seeking to appoint a highly competent and experienced contractor to undertake Ad-Hoc Asbestos Surveying Sampling & Analytical Services/Remedial works within our properties.

All work must be carried out in accordance with the approved codes of practice Associated with the Control of Asbestos Regulations 2012 together with the provisions of the Health and Safety at Work Act (1974) and all other relevant

legislation.

Bidders should be aware that RCH are also in the process of procuring an Asbestos Removal contract. As the HSE strongly recommend that these two distinct services are carried out by separate companies, the same company will not be awarded both contracts. So, should a company bid for both contracts, and become the preferred bidder for both, they will be given the choice as to which contract they want to undertake. The second placed bidder will be awarded the remaining contract.

two.2.5) Award criteria

Quality criterion - Name: Contract Management / Weighting: 45.00%

Quality criterion - Name: Community Benefits / Weighting: 5.00%

Quality criterion - Name: Fair Work First / Weighting: 5.00%

Quality criterion - Name: Method Statements / Weighting: 15.00%

Price - Weighting: 30.00%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

RCH may elect to extend any resultant agreement for up to a period of 2, 12 month periods, subject to the agreement of the successful bidder.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

SPD Question 4B.5.1b -

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

Employers Liability Insurance = 10m GBP

SPD Question 4B.5.2 -

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

Public Liability Insurance = 10m GBP

Professional Indemnity Insurance = 5m GBP

Bidders should indicate whether they hold the required cover in the table provided within the SPD.

Minimum level(s) of standards possibly required

SPD Question 4B.6 -

The bidder’s company name and registration number will be used to obtain a financial risk assessment report from Dun & Bradstreet. Only companies which are deemed financially stable by RCH’s Finance Department, on the strength of their financial report will be eligible to be a party to the contract. It is the tenderers responsibility to ensure that the information held by Dun & Bradstreet is up to date at the time of submission. If you prefer to have this assessment carried out in respect of a guarantor, such as an ultimate parent body, then you may elect for this option and details of the guarantor should be provided.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2- Bidders require to provide three examples of the successful delivery of contracts that are close in nature and scope to RCH’s requirement. Bidders require to describe the scope of the contracts, what their responsibilities are / were, what the scale of the contract was and how they have performed within the contract. Bidders will also be required to provide written references from two of the three clients listed along with their SPD response. The references should provide a summary of the works undertaken and indicate the clients own satisfaction levels with the quality of service they received. Bidders who simply provide the company name, value and date will fail in this element. (Pass/Fail)

4C.2 - Bidders are required to provide details of all of the staff (both on site surveyors and managerial staff) who would be responsible for servicing the RCH contract in the event of a successful tender. Each staff members core skills, relevant qualifications (BOHS P401 – P405, W504, Certificate of Competence Asbestos (CoC), & any relevant BOHS refresher courses) and length and detail of on-site experience should be provided. Any bidder who wishes to be considered for the contract must have a minimum of 5 surveyors, 2 bulk analysts & 2 air analysts available to service the RCH contract.

4C.3 - Bidders are required to provide details of the laboratory that will be used for sampling of the asbestos materials. The lab must have received either a ‘Good’ or ‘Satisfactory’ classification in the most recent rounds of both the ‘Asbestos in Materials’ (AIMS) and the ‘Regular Inter-laboratory Counting Exchange’ (RICE) schemes. (Pass/Fail)

4C.10.- Please provide details of the proportion of the contract that you intend to subcontract, list the workstreams that will be sub-contracted, provide details of the sub-contractors you intend to sub-contract these works to, and explain how they’ve been selected and how they will be managed. A separate SPD for each named subcontractor must be completed and submitted with your response. (Pass/Fail)

Minimum level(s) of standards possibly required

4D.1 - Bidders require to confirm whether they are able to produce certificates drawn up by independent bodies attesting that the bidder holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001, ISO 14001, ISO/IEC 17025:2017 and ISO/IEC 17020:2012 (Pass/Fail)

And

Bidders require to confirm whether they are able to produce certificates drawn up by independent bodies attesting that the bidder holds a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 45001 / 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. Where the preferred bidder does not hold the above accreditation, they will require to satisfy River Clyde Homes' Internal Health & Safety Team of their competence through other means prior to any contract award. (Pass/Fail)

And

Bidders or their named sub-contractor must be able to evidence a current waste carrier license. (Pass/Fail)

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Key Performance Indicators are detailed within the tender document.

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2018/S 244-559092

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

7 March 2022

Local time

12:00pm

Changed to:

Date

14 March 2022

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

7 March 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: February 2026

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Tender responses must be submitted electronically via the Public Contracts Scotland (PCS) Electronic Tender Post Box. Any response not submitted via the Post Box will not be considered. Any queries relating to the contract must be raised via the 'Question & Answer' function of the PCS website.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=682090.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

At tender stage bidders will require to set out what community benefits they will bring to the Inverclyde area in the event of a successful bid. Responses may address targeted recruitment & training; equal opportunities; supply-chain initiatives; environmental initiatives, community consultation; contributions to education; the promotion of social enterprises; and resources for community initiatives. These benefits must be specific to this contract and not part of a wider Corporate Social Responsibility (CSR) programme.

(SC Ref:682090)

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court

1 Nelson St

Greenock

Country

United Kingdom