Tender

Asbestos Removal and Remediation Services

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2021/S 000-022300

Procurement identifier (OCID): ocds-h6vhtk-02de8b

Published 8 September 2021, 3:34pm



Section one: Contracting authority

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Email

Sarah.Cockram@ggc.scot.nhs.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.nhsggc.org.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Asbestos Removal and Remediation Services

Reference number

GGC0639

two.1.2) Main CPV code

  • 45262660 - Asbestos-removal work

two.1.3) Type of contract

Works

two.1.4) Short description

NHSGG&C will seek to appoint 3 suppliers for the duration of two years with the option of a further two, twelve month extensions.

The requirements are:

- Asbestos Removal

- Asbestos Remediation Works

- Works to be carried out following current legislation, contractor will have to ensure the correct paperwork and approvals are in place.

The process for raising orders directly or carrying out mini competitions remains the same as the current framework, however the Asbestos Team have advised that all works with a budget of 25,000 GBP or less will be awarded to the first ranked supplier, with works with a budget above 25,000 GBP will be issued as a Quick Quote on PCS.

two.1.5) Estimated total value

Value excluding VAT: £4,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

NHS Greater Glasgow & Clyde Board

two.2.4) Description of the procurement

NHSGG&C will seek to appoint 3 suppliers for the duration of two years with the option of a further two, twelve month extensions.

The Award Criteria will be Price/ Quality 40:60;

The Tender will consist of 4 parts:

- Stage 1 - Qualification Criteria Questions.

Qualification Criteria Questions (SPD). These require to be successfully completed in order to progress to the next scored stage, Stage 2.

- Stage 2 -

Mandatory Yes/No Question

Mandatory Questions. These require to be successfully completed in order to progress to the next stage.

- Stage 3 -

-Technical/ Quality weighted questions – 40% weighting

-Commercial 40% weighting

Scored Questions and Commercial Pricing the top 6 scoring bidders will be taken forward to 'Stage 4 - Desktop Audit', increasing to 7 or 8 should their scoring be equal to or less than 5% below that of the 6th highest score. Further to the above; any bids from the ‘Technical / Quality Questions’ or ‘Commercial’ sections that receive a total score which is 50% or less of the total marks available in either section; will be deemed not to meet the NHS GGC requirements and will not be taken forward to the desktop audit stage, regardless of the number of candidates.

- Stage 4 -

Desktop Audit 20% weighting (in light of the pandemic, no on site audits will be carried out)

Desktop Audit. Up to eight tenders from stage 3 will submit the documentation set-out in the tender for two complex removal project for auditing by the Board. Following the scored desktop audit, the three highest overall scoring bidders will be proposed onto both parts of the framework agreements.

The framework will be awarded to three suppliers in a single Lot for Asbestos and Remediation Works. Ranked up to 25,000 GBP with works over 25,000 GBP awarded via Quick Quote.

The framework will be managed and monitor by the NHS GGC Asbestos Team, Corporate Estates with the support of Procurement.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Quality criterion - Name: Desktop Audit / Weighting: 20

Cost criterion - Name: Commercial / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £4,800,000

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

2 x 12 month extensions

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The contractor must be CHAS registered (or other SSIP equivalent) – See SPD.4D.1

The contractor must be a member of a recognised asbestos professional body for the industry (ARCA or equivalent) – See SPD.4A.1

The contractor must hold a full 3 year licence granted by the Health and Safety Executive. See SPD.4D.1

The contractor must hold quality accreditation to EN ISO9001: 2008 for quality assurance. See SPD.4D.1

The contractor must have in place a formal fully accredited quality management system comprising quality assurance and quality control schemes, e.g., accreditation under UKAS to EN ISO9001:2008. See SPD4.D.1

The contractor must have a Health and Safety policy implemented within their organisation that is compliant with the Health and Safety at Work Act 1974 details of which must be provided in the tender return. Please also confirm this policy is in place at all relevant locations within the supply chain and that appropriate training has been provided. See SPD.4D.1

The contractor must send details of any prosecutions or enforceable actions in relation to Health and Safety that have been raised against your organisation or any individuals within the past 3 years. See SPD.4D.1

The contractor must send details of accidents notifiable to the Health and Safety Executive the organisation or any individuals has had within the past 3 years. See SPD.4D.1

The contractor must hold environmental accreditation to EN ISO14001: 2004. See SPD.4D.2

The contractor must hold a Special Waste Licence from the Scottish Environment Protection Agency (SEPA) See SPD.4C.7

The contractor must only use agency staff that participate in the ARCA’s Asbestos Labour Feedback App (ALFA). See SPD.4C.10

Subcontracting Requirements -

Contractors must ensure when using subcontractors ensure that the subcontractors adhere to all Mandatory requirements and General Information stated in this specification. Confirmation of this will be required and any subcontractors will be subject to the same quality/audit assessments prior to being accepted onto this framework. A separate SPD will be issued for each proposed subcontractor See SPD 4C Subcontracting.

Contractors applying using nominated subcontract provision must provide the following information with their tender return:

-Subcontractor Name/Address

-Trade

-Level of Certified Asbestos Training

-Estimated % of Works being Subcontracted

[1] Staff provided by the LARC to carry out plumbing work on the Board's Estate must have completed L8 Awareness training and be signed off by the Board’s Authorised Engineer as Authorised Persons.

[2] Staff provided by the LARC to carry out the electrical scope of works must be deemed as Competent Persons-Low Voltage prior to commencement of work or, a demarcation agreement put in place. To be deemed Competent to work on Low Voltage, the contractor must provide the names of the staff, their qualifications and training certificates including a valid First Aid certificate to the Authorised Person-Low Voltage (AP-LV) at each site that they will work at. The AP-LV will then assess their competency and issue them with a letter of appointment that they must sign.

A separate SPD will need to be issued for each proposed subcontractor See SPD 4C Subcontracting

three.1.2) Economic and financial standing

List and brief description of selection criteria

The contractor must have Employers Liability Insurance and hold a policy providing as a minimum 10 million GBP of cover. See SPD.4B.5.1b

The contractor must have Public Liability Insurance and hold a policy providing as a minimum 10 million GBP of cover. See SPD.4B.5.2

The contractor must have Professional Indemnity Insurance and hold a policy providing as a minimum 5 million GBP of cover. See SPD.4B.5.1a

With reference to SPD question 4B.6 – NHS GG&C will use its financial evaluation matrix which can be uploaded from the attachments area on PCST to assess the financial stability of tenderers. Tenderers should complete the evaluation matrix spread sheet included in the tender documents and confirm they meet the minimum requirement score. Tenderers with a minimum Score of 50 and above will be deemed to have evidenced satisfactory financial stability.

Failure to meet the minimum requirement score will result in a non-compliant tender and may be rejected.

Minimum level(s) of standards possibly required

The contractor must ensure that all specialised trades have documented medical examination, RPE Face Fit Test, RPE, PPE, decontamination training and annual Asbestos awareness training. Evidence of this is required as part of the tender submission. See SPD.4C.9

three.1.3) Technical and professional ability

List and brief description of selection criteria

All contractor staff to be utilised on this framework must have relevant qualifications and experience which are refreshed as per legal requirements. Evidence of this is required (.i.e., Licensed contractor management certificate/refresher; Supervisors certificate/refresher; New operatives certificate/refresher and health and safety related training, etc.). The following details are the minimum appropriate qualifications and accreditations for key staff within this framework (see table in specification): SPD.4C.6

Role / Mandatory Qualification

-Contract Manager/Deputy - Licensed Contractor Management Certificate (2 Day) or Licensed Contractor Management Update Certificate (1 day)

-Asbestos Removal Supervisors/Site and Individual Works Supervisor - Supervisors Certificate (3 Day) or Supervisors Refresher Certificate (1 Day)

-Asbestos Removals Operative - New Operatives Certificate (3 Day)or Operatives Refresher Certificate (1 Day)

-Specialist Trades: Mechanical Heating Engineers (Steam), plumbers, electricians & IT Engineers Documented medical examination, RPE Face Fit Test, RPE, PPE, decontamination training & Asbestos awareness training.

In addition to the above , the contractor must ensure that all staff and operatives are fully certificated by the appropriate regulatory body and must be suitably qualified, trained in all aspects of supervision/removal/remedial work and certified to carry out the work. SPD.4C.6

All supervisors to be used on this framework must have a minimum 'in the field' industry-wide experience of 5 years and be able to

demonstrate competence of supervising complex removal works over a varied property portfolio. This experience MUST be on a variety of sectors relevant to this framework and to have been under the supervision of suitably qualified personnel. Evidence of this is required as part of the tender submission. SPD.4C.6

Resource Requirements -

Contract Manager and Deputy or equivalent - Must be a suitably qualified, competent person, satisfying all requirements requested within

this specification and have the authority to resolve all problems across all sites and locations. See SPD4C.2

Project Manager or equivalent - Main point of contact. Overseeing all day-to-day activities on the framework and must have a minimum of 5 years’ experience leading a team on Asbestos removal/remediation projects within hospitals, health centres, scientific research or teaching laboratory, including historic buildings or other similar property types. See SPD4C.2

Deputy Contract/Project Manager - Main point of contact in the absence of the contract manager. Overseeing all day-to-day activities on the framework and must have a minimum of 3 years’ experience supervising or leading a team on Asbestos removal/remediation projects within hospitals, health centres, scientific research or teaching laboratory, including historic buildings or other similar property types. See SPD4C.2

Site/Works Supervisor - Single point of contact for individual works on site. Resource to be maintained throughout the life of the project and have a minimum of 3 years’ experience supervising a team on Asbestos removal/remediation projects within hospitals, health centres, scientific research or teaching laboratory, including historic buildings or other similar property types. See SPD4C.2


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

Date

13 October 2021

Local time

12:00pm

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: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

13 October 2021

Local time

12:00pm


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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 16663. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Targeted Recruitment and Training (TR&T):

TR&T clauses seek to establish measurable training and recruitment criteria which support NHSGGC Core Purpose and that of the contract. These clauses are being used to support the following key better health though employment targets to promote employment opportunities in order to reduce social exclusion and ill health:

- Promote employment opportunities for 16-24 year olds.

- Provide specific workplace opportunities from NHSGGC investment projects.

- Promote the provision of modern apprenticeships to widen school leaver opportunities.

- Promote employment opportunities for disabled people.

This contract requires bidders to meet the following mandatory requirements:

- New Entrant Trainees will comprise either a minimum of 10% of the person-weeks required to deliver the works or a minimum of 2 whichever is the greater. A New Entrant Trainee is a person that is leaving an educational establishment (e.g. school, college or university) or a training provider, or a non-employed person that is seeking employment that includes on-site training and assessment or offsite training, or a mix of these.

- Each new entrant trainee is to have a written Training Plan. This Training Plan is to be updated on a monthly basis and made available for inspection by the client representative at any time.

(SC Ref:645376)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Pl

Glasgow

G5 9TW

Country

United Kingdom