Section one: Contracting authority
one.1) Name and addresses
University of Glasgow
Procurement Office, Tay House
Glasgow
G12 8QQ
Contact
Con Church
Telephone
+44 1413305025
Fax
+44 0000000000
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00108
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PURCH2413 Framework Agreement for the Provision for Asbestos and Analytical Services
Reference number
PURCH2413
two.1.2) Main CPV code
- 90650000 - Asbestos removal services
two.1.3) Type of contract
Services
two.1.4) Short description
PURCH2413 Framework Agreement for the Provision for Asbestos and Analytical Services.
The scope of requirements will be separated into two Lots:
Lot 1 - Asbestos Surveying, Inspection, Sampling and Testing
Lot 2 - Air sampling including four stage certificate of reoccupation, reassurance, background, personal monitoring, inspection.
Bidders may bid for any individual Lot or both Lots as appropriate but must be able to provide the full scope of services within each Lot.
Refer to Stage 1 tender documents available from Public Contracts Scotland.
Returns should be submitted via Public Contracts Scotland, no paper copies will be accepted. Should paper tenders be submitted, they will be rejected. Further to this any questions or communications regarding individual tender exercises must be sent via the Public Contracts Scotland Portal. Tender queries received through any other channel will not be answered. Should users of Public Contracts Scotland have any problems with the web site they should contact website Support Desk, contact details can be found by following the ‘Contact Us’ option on the left hand menu at http://www.publiccontractsscotland.gov.uk/default.aspx
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Asbestos Surveying, Inspection, Sampling and Testing
Lot No
1
two.2.2) Additional CPV code(s)
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
PURCH2413 Framework Agreement for the Provision for Asbestos and Analytical Services.
Lot 1 - Asbestos Surveying, Inspection, Sampling and Testing.
Please refer to Stage 1 documents.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Initial fixed period of two years with the option of extending by 2 x 12 months periods
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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) Description
two.2.1) Title
Air sampling including four stage certificate of reoccupation, reassurance, background, personal monitoring, inspection.
Lot No
2
two.2.2) Additional CPV code(s)
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
PURCH2413 Framework Agreement for the Provision for Asbestos and Analytical Services.
Lot 2 - Air sampling including four stage certificate of reoccupation, reassurance, background, personal monitoring, inspection.
Please refer to Stage 1 documents for details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Initial fixed period of two years with the option of extending by 2 x 12 months periods.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
-Public liability insurance with a limit of indemnity of not less than ten million pounds sterling (10,000,000 GBP) in relation to any one claim or series of claims;
-Employer's liability insurance with a limit of indemnity of not less than ten million pounds sterling (10,000,000 GBP);
-Product liability insurance with a limit of indemnity of not less than five million pounds sterling (5,000,000 GBP) in relation to any one claim or series of claims.
- Financial Turnover : Provide 3 years annual accounts. See University guideline on the Financial Health of Suppliers at the following link: https://www.gla.ac.uk/myglasgow/procurementoffice/informationforsuppliers/allsuppliers/
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.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
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
17 May 2024
Local time
12:00pm
Changed to:
Date
24 May 2024
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
3 June 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
Once the deadline has passed submissions can neither be created nor submitted. It is not advisable for Suppliers to wait until the last moment before creating and dispatching a response in case of any last minute problems. Please note large files should be uploaded as early as possible to ensure transfer before deadline. If a Supplier is having problems uploading to the PCS site, then the University must be informed well in advance and depending upon the merit of the case, the University may arrange for the tender to remain open on the PCS system for a short period after the deadline time stated. System problems do not fall under the University’s remit and should be referred to PCS.
Postbox Security: Postbox submissions cannot be accessed by anyone, including Millstream, (the provider of the Public Contracts Scotland system) until the deadline.
Freedom of Information
The Freedom of Information (Scotland) Act 2002 (FOISA), which came into force on 1 January 2005, designates University of Glasgow as a Scottish public authority and therefore subject to the provisions and obligations in that Act. This means that any person who makes a valid request for information held by University of Glasgow will be entitled to receive it, unless all or part of that information can be withheld by virtue of the exemptions in that Act.
under the Act, University of Glasgow may be required to disclose any information held relating to your response to anyone who makes a request under that Act. Such information may only be withheld if it meets one or more of the exemptions or conditions in that Act. Even if an exemption is available University of Glasgow may nevertheless disclose requested information. Information held cannot simply be classified as “confidential" or "commercial in confidence" to enable it to be protected from disclosure.
University of Glasgow may publish the names and contact details of companies who have been issued with a Questionnaire on its website.
Information may also be requested under the UK General Data Protection Regulation (UK GDPR) tailored by the Data Protection Act 2018 and the Environmental Information (Scotland) Regulations 2004.
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=764039.
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:
The University supports initiatives such as Living Wage and wider community benefit, supported businesses, apprentice opportunities and training, and are seeking similarly focused partners. Partners will be required to demonstrate their alignment with the University’s values, ethics, and commitment to supporting the Estate Strategy in terms of employment, training, and wider community benefits.
(SC Ref:764039)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court & Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9TW
Country
United Kingdom