Tender

Asbestos Consultancy and Removal/Remediation

  • Cardiff University

F02: Contract notice

Notice identifier: 2021/S 000-027380

Procurement identifier (OCID): ocds-h6vhtk-02f262

Published 2 November 2021, 9:14am



Section one: Contracting authority

one.1) Name and addresses

Cardiff University

Procurement Services, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

Email

Paynterjk@cardiff.ac.uk

Telephone

+44 2920879648

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258

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

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

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 Consultancy and Removal/Remediation

Reference number

CU.614.JP

two.1.2) Main CPV code

  • 90650000 - Asbestos removal services

two.1.3) Type of contract

Services

two.1.4) Short description

The Provision of Asbestos Consultancy related services, including but not limited to:

Surveying, Analysis, Sampling and Air Monitoring

Asbestos removal and remediation services, including but not limited to:

Planned licensed removal work utilising enclosures.

Planned non-licensed and notifiable non-licensed work.

Support services, such as enabling access for surveyors and other workers where known ACMs pose a risk.

Emergency callouts, including clean ups and provision of decontamination units for third parties who have become contaminated on site.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Asbestos Consultancy

Lot No

1

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Cardiff University

two.2.4) Description of the procurement

The Provision of Asbestos Consultancy related services, including but not limited to:

Surveying, Analysis, Sampling and Air Monitoring

All Asbestos Consultancy services must be carried out in accordance with the relevant Health and Safety Executive guidance manuals, and meet the minimum requirements set out in the Control of Asbestos Regulations 2012 (CAR2012).

Asbestos consultancies must be UKAS accredited to both ISO/IEC 17020:2012 for inspections and ISO/IEC17025:2017 for analytical/laboratory services.

All operatives shall comply with prevailing Health and Safety legislation as well as Cardiff University Estates procedure manuals.

Prior to working on site, all operatives must undergo a Cardiff University Estates safety induction and be issued with a contractor ID card. The induction must be refreshed, and ID card re-issued annually.

Risk assessments must be carried out and adhered to for all activities.

All surveyors and analysts must be deemed as competent and will have been directly with the Supplier for a minimum of 3 months prior to working on Cardiff University sites.

All operatives carrying out Asbestos surveys or Bulk Sampling must hold the BOHS P402 certificate as a minimum.

Lead surveyors must be trained in respect of any health and safety risks highlighted in their risk assessments I.E., confined spaces, working on mobile tower scaffolds (PASMA) etc.

At least one member of the Supplier’s survey team must hold a valid first aid certificate.

For air monitoring services including clearance testing, the Supplier’s analysts must hold BOHS P403 and BOHS P404 certificates as a minimum.

For bulk sample analysis, the Supplier’s lab technicians must hold a BOHS P401 certificate as a minimum.

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

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 Month extension options available.

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

Asbestos Removal/Remediation

Lot No

2

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

Cardiff University

two.2.4) Description of the procurement

Asbestos removal and remediation services, including but not limited to:

Planned licensed removal work utilising enclosures.

Planned non-licensed and notifiable non-licensed work.

Support services, such as enabling access for surveyors and other workers where known ACMs pose a risk.

Emergency callouts, including clean ups and provision of decontamination units for third parties who have become contaminated on site.

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

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months extension options available

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

As stated in the Invitation to Tender (ITT) documents.

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


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: 6

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 December 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

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

13 December 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: November 2024

six.3) Additional information

All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.

The University reserves the right to award the Framework in whole or in part.

The University reserves the right to annul the tendering process and not award any contract.

All documents to be priced in GBP and all payments made in GBP.

All documents to be priced in GBP excluding VAT

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=115384.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

As stated in the ITT documents

(WA Ref:115384)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom