Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
Contact
Jack Robinson
Telephone
+44 1443848585
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://nwssp.nhs.wales/ourservices/procurement-services/
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
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://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etenderwales.bravosolution.co.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
Re-active and emergency removal of asbestos
Reference number
ABU-OJEU-48739 (itt_91346 in e-tenderwales)
two.1.2) Main CPV code
- 90650000 - Asbestos removal services
two.1.3) Type of contract
Services
two.1.4) Short description
ABUHB wishes to appoint an HSE Licensed contractor to provide the removal and remediation of asbestos services at key sites across the ABUHB Estate.
This work is in response to an emergency situation with a requirement for the contractor to provide emergency cover to undertake essential maintenance work in a variety of locations which could include controlled access areas.
All asbestos-related work will be in full compliance with current UK legislative requirements and HSE guidance.
The specification applies to the provision of services for:
Emergency licensed asbestos removal and/or encapsulation in accordance with the Heath Boards asbestos management plan
Emergency attendance to deal with accidental asbestos disturbance
Emergency attendance to investigate and repair leaks to services within controlled asbestos areas; this will include rainwater services, foul waste, heating pipe work, hot and cold water supplies
Emergency attendance to ‘fault find’ and repair electrical systems within controlled asbestos areas
All removal of waste to be included and must include copy of waste consignment notes provided by final waste carrier
two.1.5) Estimated total value
Value excluding VAT: £200,000
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
- UKL21 - Monmouthshire and Newport
Main site or place of performance
The Aneurin Bevan University Health Board - Health Board wide.
The Health Board covers the local authority areas of Newport, Monmouthshire, Blaenau Gwent, Torfaen and Caerphilly.
two.2.4) Description of the procurement
ABUHB wishes to appoint an HSE Licensed contractor to provide the removal and remediation of asbestos services at key sites across the ABUHB Estate.
This work is in response to an emergency situation with a requirement for the contractor to provide emergency cover to undertake essential maintenance work in a variety of locations which could include controlled access areas.
All asbestos-related work will be in full compliance with current UK legislative requirements and HSE guidance.
Services required include:
Emergency licensed asbestos removal and/or encapsulation in accordance with the Heath Boards asbestos management plan
Emergency attendance to deal with accidental asbestos disturbance
Emergency attendance to investigate and repair leaks to services within controlled asbestos areas; this will include rainwater services, foul waste, heating pipe work, hot and cold water supplies
Emergency attendance to ‘fault find’ and repair electrical systems within controlled asbestos areas
All removal of waste to be included and must include copy of waste consignment notes provided by final waste carrier
The awarded contractor must hold an Asbestos removal licence for a period of 3 years, valid from the date of issue.
All works undertaken as part of this contract must be completed in accordance with current HSE guidance and any applicable asbestos essentials task sheets
All Asbestos remediation work is scheduled as a result of one of or a combination of the following;
ACMs requiring remediation identified during ongoing Asbestos Management Survey Programme;
Reactive requirement due to accidental damage or disturbance
Reactive requirement due to site query or investigation
Remediation required as a result of project refurbishment plans
two.2.5) Award criteria
Quality criterion - Name: Detailed Methodology / Weighting: 20
Quality criterion - Name: Knowledge and expertise / Weighting: 20
Quality criterion - Name: Contract Management and Collaborative Working / Weighting: 10
Quality criterion - Name: Evidence of licensable works documentation / Weighting: 10
Price - Weighting: 40
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
The contract term is for 2 years with the option to extend for a further 2 years on an annual basis (2+1+1)
Year 1 - 01/03/2022 – 28/02/2023
Year 2 - 01/03/2023 – 29/02/2024
Year 3 - 01/03/2024 – 28/02/2025 (Optional extension)
Year 4 - 01/03/2025 – 28/02/2026 (Optional extension)
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
Bravo itt reference is:
itt_91346
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
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
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.1.8) 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
7 January 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
Tender must be valid until: 6 July 2022
four.2.7) Conditions for opening of tenders
Date
7 January 2022
Local time
12:00pm
Place
e-tenderwales.
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
Bravo ITT reference:
itt_91346
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=116034
(WA Ref:116034)
The buyer considers that this contract is suitable for consortia.
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