Asbestos Consultancy Services Contract – University of Southampton
Management, re-inspection and refurbishment/demolition surveys.
United Kingdom-Southampton: Asbestos removal services
2019/S 123-300564
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
University Road
Southampton
SO17 1BJ
United Kingdom
Contact person: Vanessa John
Telephone: +44 2380595000
E-mail: Procurement@soton.ac.uk
NUTS code: UKJ35
Address of the buyer profile: https://in-tendhost.co.uk/universityofsouthampton
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Asbestos Consultancy Services — Surveys and Inspections
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The University of Southampton requires provision of management, re-inspection and refurbishment/demolition surveys as details in HSG264 Asbestos Survey guide, covering the external and internal fabric, mechanical, electrical and water services.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
University of Southampton requires the provision of management, re-inspection and refurbishment/demolition surveys as detailed in the HSG 264 Asbestos Survey guide, covering the external and internal fabric, mechanical, electrical and water services as indicated by the University of Southampton.
5.2 The surveys will be used to assist the University to manage its Asbestos Containing Materials (ACM’s) within its estate by providing data to allow the following:
(a) assist the University in meeting its legal obligations with regard to the management of asbestos as defined specifically by Regulation 4 of the Control of Asbestos Regulations 2012 and generally in accordance with the Health and Safety at Work Act 1974 and all other relevant Regulations, Approved Codes of Practice and HSE Guidance notes,
(b) budgets to be developed for the management of ACMs which are in a condition such that they can remain as found and for the repair, enclosure, encapsulation or ultimately the removal of any ACMs which are found to be in unacceptable condition.
5.3 The asbestos consultancy services will include the following:
(a) the provision of an initial management survey of all individual buildings on all UK sites owned or managed by the University of Southampton. All management surveys should be completed within the first 24 months of the contract. The survey is to include a review of existing asbestos data provided by the University. A building schedule is provided in Appendix A,
(b) following the Initial Management survey, the consultant shall provide a programme of re-inspection of asbestos containing materials identified on the Universities asbestos register. This rolling programme will be determined in conjunction with the University of Southampton based upon the risk ratings identified in management, refurbishment and demolition surveys. The programme must be updated throughout the term of the contract, including any extension periods,
(c) The provision of management, refurbishment and demolition surveys as and when requested by the University on UK sites owned or managed by the University,
(d) The provision of routine and non-routine (emergency) sampling and analysis.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The initial term of the contract will be 3 years, with an option to extend by a further 2 x 12-month periods subject to satisfactory performance and at the discretion of the University of Southampton.
II.2.9)Information about the limits on the number of candidates to be invited
For the purposes of this procurement, the University will be evaluation potential suppliers technical and professional ability to provide the services. The criteria for selection is clearly set out in File 2 — Selection Stage Scope, Guidance and Instructions, Section 2.3 — Evaluation Criteria and File 3 — Selection Questionnaire, Section 6 — Selection Criteria Guidance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Lots: This contract is not suitable for splitting into lots. The risk of dividing the requirement into lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
The successful supplier as a minimum most hold accreditation through the United Kingdom Accreditation Service (UKAS) ISO/IEC 17020 for the surveying and sampling of asbestos containing materials. Any laboratory used for the testing of samples must be accredited to ISO/IEC17025.
III.1.2)Economic and financial standing
The selection criteria is as stated in File 2 — Selection Stage Scope, Guidance and Instructions. To support the financial assessment, the University will conduct a financial check on all potential tenderers and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe. The University reserves the right to exclude a potential supplier or request provision of further assurances such as parent company/bank guarantee or performance bonds where a suppliers financial scoring is: Moderate Risk, High Risk, Very High Risk or Not Rated — based on the rating provided by Creditsafe.
Potential suppliers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to commencement of the contract, the following minimum insurance levels:
— employer’s (compulsory) liability insurance — 10 000 000 GBP per occurrence,
— public liability insurance — 10 000 000 GBP in aggregate,
— professional indemnity insurance — 5 000 000 GBP in aggregate.
III.1.3)Technical and professional ability
The selection criteria is as stated in the Selection Stage document set. Potential suppliers attention is drawn to the following mandatory requirements of the selection criteria:
All work connected with this requirement shall be carried out in accordance with the following legislation, standards and guidance:
(a) Health and Safety at Work Act 1974 and all related Approved Codes of Practice,
(b) The Control of Asbestos Regulations 2012 (CAR),
(c) Management of Health and Safety at Work Regulations 1999, as amended,
(d) Hazardous Waste (England and Wales) Regulations 2005, as amended 2009,
(e) HSE Guidance Note HSG 227; “A comprehensive guide to Managing Asbestos in Premises” 2002,
(f) Approved Code of Practice L143 “Managing and Working with Asbestos” published 2013,
(g) HSE Guidance Note HSG 264 “Asbestos: The Survey Guide” 2012, second edition,
(h) HSE Guidance Note HSG 248 “Asbestos: The analyst’s guide for sampling, analysis and clearance procedures” 2005,
(i) HSE Guidance Note HSG 247 “Asbestos: The Licensed Contractor’s Guide” 2005.
The consultant must hold accreditation through the United Kingdom Accreditation Service (UKAS) ISO/IEC 17020 for the surveying and sampling of asbestos containing materials.
University of Southampton will only accept the use of UKAS accredited laboratories with ISO/IEC 17025:2005 with BOHS P402 qualified asbestos analysts for both asbestos surveying and sample analysis.
III.2.1)Information about a particular profession
All work connected with this requirement shall be carried out in accordance with the following legislation, standards and guidance:
(a) Health and Safety at Work Act 1974 and all related Approved Codes of Practice,
(b) The Control of Asbestos Regulations 2012 (CAR),
(c) Management of Health and Safety at Work Regulations 1999, as amended,
(d) Hazardous Waste (England and Wales) Regulations 2005, as amended 2009,
(e) HSE Guidance Note HSG 227; “A comprehensive guide to Managing Asbestos in Premises” 2002,
(f) Approved Code of Practice L143 “Managing and Working with Asbestos” published 2013,
(g) HSE Guidance Note HSG 264 “Asbestos: The Survey Guide” 2012, second edition,
(h) HSE Guidance Note HSG 248 “Asbestos: The analyst’s guide for sampling, analysis and clearance procedures” 2005,
(i) HSE Guidance Note HSG 247 “Asbestos: The Licensed Contractor’s Guide” 2005.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
This requirement is likely to be re-procured in 2024.
VI.2)Information about electronic workflows
VI.3)Additional information:
E-Tendering Portal: The University is utilising an electronic tendering tool, In-tend (https://intendhost.co.uk/universityofsouthampton) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate). All documentation in relation to this tender can be downloaded from In-tend. Potential suppliers/tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted via In-tend. Regular monitoring of the portal is the responsibility of the potential supplier/tenderer. If you are not already registered as a supplier with the University of Southampton, you will need to register in In-tend in order to access the procurement documentation. Once you have logged in as a supplier: click on “Tenders”; locate the relevant project; and click “View Details”. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking “Express Interest”. Potential suppliers/tenderers are advised that formal expression of interest in the project must be by way of completion and return of the relevant documents via In-tend. Further instructions for the submission of responses are below:
To submit your return:
1) Log in;
2) Click “Tenders”;
3) Locate the relevant project;
4) View details;
5) Click on the tab relating to the relevant project stage (e.g. “Invitation to Tender”);
6) Click on the “Attach Documents” button and upload your return;
7) Check all your response documents are uploaded and displayed in the “My Tender Return” panel. The system will only permit your organisation to make 1 return;
8) Click the red “Submit Return” button.
Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-tend.
Publication of award details: in accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015 and subject to Article 5 and Annex 5, Part D (13) of Directive 2014/24/EU of the European Parliament and of the Council (if applicable), the University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, potential suppliers/tenderers are consenting to publication of this information unless otherwise agreed in advance with the University.
Costs and expenses: potential suppliers/tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by potential suppliers/tenderers or any of their supply chain, partners or advisers in this procurement process.
VI.4.1)Review body
Southampton
SO17 1BJ
United Kingdom
VI.5)Date of dispatch of this notice: