Tender

Asbestos Removal and Asbestos Analytical Work - University of Aberdeen

  • University of Aberdeen

F02: Contract notice

Notice identifier: 2022/S 000-023307

Procurement identifier (OCID): ocds-h6vhtk-036195

Published 22 August 2022, 2:35pm



Section one: Contracting authority

one.1) Name and addresses

University of Aberdeen

University Office, King's College

Aberdeen

AB24 3FX

Email

e-sourcing@abdn.ac.uk

Country

United Kingdom

NUTS code

UKM50 - Aberdeen City and Aberdeenshire

Internet address(es)

Main address

http://www.abdn.ac.uk/procurement

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00102

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

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

Asbestos Removal and Asbestos Analytical Work - University of Aberdeen

Reference number

AU22/28

two.1.2) Main CPV code

  • 90650000 - Asbestos removal services

two.1.3) Type of contract

Services

two.1.4) Short description

The University of Aberdeen Estates Section is currently undertaking a project to select, procure and implement a ranked framework for Asbestos Removal and Analytical works that best meet the needs of the University and its customers.

Lot 1 will be for an Asbestos Removal Contractor with Lot 2 being for Asbestos Analyst services. Tenderers will be able to bid for both lots but those appointed to the framework of one lot cannot be considered for the other lot due to the nature of the need for division of responsibility.

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

REMOVAL AND DISPOSAL

Lot No

1

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKM50 - Aberdeen City and Aberdeenshire

two.2.4) Description of the procurement

Removal and disposal of asbestos will be for various areas within both domestic and non domestic properties. All removals will be per property and will include for the disposal of asbestos containing/homogeneous material and the disposal of any materials /goods which are contaminated. All enclosures required to carry out the works must be provided and include the decontamination, removal and disposal of the enclosure on completion of works.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 65

Quality criterion - Name: Sustainability / Weighting: 5

Price - Weighting: 30

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

We anticipate the contract to be for a period of 2 years with an optional extension period of 2 years depending on satisfactorily performance by the Contractors and by mutual agreement and on the basis of any Adjustments agreed upon.

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

ANALYTICAL SERVICES

Lot No

2

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKM50 - Aberdeen City and Aberdeenshire

two.2.4) Description of the procurement

Analytical services are required for site clearance, sampling and air monitoring within University properties. Services that are required but are not limited to 4 stage clearances, visual inspections and subsequent reassurance air tests, leak testing, background testing and sampling from various sources.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 65

Quality criterion - Name: Sustainability / Weighting: 5

Price - Weighting: 30

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

We anticipate the contract to be for a period of 2 years with an optional extension period of 2 years depending on satisfactorily performance by the Contractors and by mutual agreement and on the basis of any Adjustments agreed upon.

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

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Envisaged maximum number of participants to the framework agreement: 4

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

21 September 2022

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

four.2.7) Conditions for opening of tenders

Date

21 September 2022

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 22144. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:703857)

six.4) Procedures for review

six.4.1) Review body

Aberdeen Sheriff Court

Aberdeen

Country

United Kingdom