Tender

Calvay HA- Asbestos Management Framework Term Contract 2023

  • Calvay Housing Association Limited

F02: Contract notice

Notice identifier: 2023/S 000-025138

Procurement identifier (OCID): ocds-h6vhtk-03f721

Published 25 August 2023, 2:34pm



Section one: Contracting authority

one.1) Name and addresses

Calvay Housing Association Limited

16 Calvay Road

Glasgow

G33 4RE

Email

enquiries@calvay.org.uk

Telephone

+44 1417717722

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.calvay.org.uk

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

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom

Internet address

www.scotcourts.gov.uk