Tender

Re-active and emergency removal of asbestos

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

F02: Contract notice

Notice identifier: 2021/S 000-029568

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

Published 29 November 2021, 12:45pm



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

Email

jack.robinson@wales.nhs.uk

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