Section one: Contracting authority
one.1) Name and addresses
Calvay Housing Association Limited
16 Calvay Road
Glasgow
G33 4RE
Telephone
+44 1417717722
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=AA15182
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Calvay HA- Asbestos Management Framework Term Contract 2023
Reference number
6370
two.1.2) Main CPV code
- 90650000 - Asbestos removal services
two.1.3) Type of contract
Services
two.1.4) Short description
The services and works comprise the provision of a term framework maintenance contract running concurrently with multiple specialist providers for asbestos consultancy & management, surveying, sampling, analysis, reporting and remediation/ removal comprising: management surveys; refurbishment & demolition Surveys; re-inspection surveys; testing; sampling & analysis; providing all appropriate records including reports & certificates; and undertaking remediation works, by a licensed asbestos removal contractor, where instructed or ordered by the Employer’s in their approximately 825 properties including common areas (which quantity may vary from time to time).
The successful Candidate will be one of a number of Framework contractors responsible for [sharing] Asbestos Management services and works in the Employer’s properties.
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
- 71600000 - Technical testing, analysis and consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Barlanark G33
two.2.4) Description of the procurement
The tender evaluation will comprise the SPD, your quality score for your Tender Quality Questionnaire [TQQ]; and the Contract Sum stated on the Form of Tender.
The submitted SPD will assess the selection criteria as a pass or fail to identify contractors who pass by meeting the criteria. Only those contractors who achieve an SPD pass will have their tender quality submission and costs considered/ evaluated.
The criteria for scoring will be to reach a total percentage score as follows:
Price (tender)- deducting 1% from 100 for every percentage point each tender is in excess of the lowest tender, prior to weighting.
Quality- out of 100 for your TQQ submission, ranked in relation to the other candidates.
Price/ Quality scores will be evaluated to determine the total score and the initial price/ quality criteria for ‘ranking’ call offs.
This initial price/ quality score, for ranking allocation of initial orders, will be subsequently amended to reflect actual performance scores/ statistics. The three highest [and those tied in third place] price/ quality scoring tendering contractors, who also achieve a minimum quality score of 65%, may be offered to enter into a contract with the Employer, based on the terms and conditions in the Framework tender & contract documents.
two.2.5) Award criteria
Quality criterion - Name: TQQ Quality submission / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2023
End date
30 September 2027
This contract is subject to renewal
No
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
Refer 'Instructions to Contractors & project Criteria' on pages 5-12 of the Specification of Works
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
SPD reference in brackets below:
[4D.1] Your company must be BS OHSAS 18001 or ISO 45001 [occupational health & safety] [or equal] accredited.
[4D.1] Your company must be UKAS [or equal] accredited for compliance in accordance with ISO 9001[Quality Management].
[4D.1] Your company must be UKAS accredited to ISO/IEC 17025:2017 for asbestos testing in accordance with Health and Safety Executive Asbestos: The analysts’ guide for sampling, analysis and clearance procedures (HSG 248).
[4D.1] Your company must be UKAS accredited to ISO/IEC 17020:2012 for asbestos surveying in accordance with Health and Safety Executive Asbestos: The survey guide (HSG 264).
[4D.2] Your company must be UKAS [or equal] accredited for compliance in accordance with ISO 14001 [Environmental Management].
[2D.1] It is permissible to sub-contact remediation works, but only to a licensed asbestos removal contractor working in accordance with HSG 247 Asbestos: The Licensed Contractor’s Guide.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
The Contractor must comply with the following, at all times:
The Health and Safety at Work etc Act 1974.
Control of Asbestos Regulations 2012.
Control of Substances Hazardous to Health Regulations 2002 (as amended).
Control of Pollution Act 1974, as amended.
three.2.2) Contract performance conditions
Refer procurement documents attached
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.1.3) 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: 3
In the case of framework agreements, provide justification for any duration exceeding 4 years:
n/a
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
27 September 2023
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
28 September 2023
Local time
12:00pm
Place
16 Calvay Road, Glasgow G33 4RE and/ or remotely
Information about authorised persons and opening procedure
Staff and committee members of the Employer in accordance with Calvay HA tendering procedures
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
Refer to 'Instructions to Contractors & project Criteria' on pages 5-12 of the Specification of Works
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=742834.
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.
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:
Refer Specification of Works schedule 8
(SC Ref:742834)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9TW
Telephone
+44 1414298888
Country
United Kingdom