Asbestos Related Survey and Analytical Services Tender Aberdeen
NHS Grampian is undertaking this procurement for the provision of Asbestos related survey and Analytical services.
United Kingdom-Aberdeen: Asbestos removal services
2018/S 180-408134
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Summerfield House, 2 Eday Road
Aberdeen
AB15 6RE
United Kingdom
Telephone: +44 3454566000
E-mail: gail.hughes@nhs.net
NUTS code: UKM50
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00200
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Asbestos Related Survey and Analytical Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Asbestos surveys and Analytical services.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Grampian Region and Moray
II.2.4)Description of the procurement:
NHS Grampian (“the Authority”) is undertaking this procurement for the provision of Asbestos related survey and Analytical services.
The Authority is seeking to establish a 3-supplier framework on the basis of the terms and conditions referred to in the Invitation to tender.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
Please see ITT Documents
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
4.A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
III.1.2)Economic and financial standing
4.B.1.2 Bidders will be required to have an average yearly turnover of a minimum of 500 000 GBP for the last 2 years.
4.B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP.
Public Liability Insurance = 10 000 000 GBP.
Professional Indemnity Insurance = 1 000 000 GBP.
III.1.3)Technical and professional ability
4C.1 Bidders will be required to provide examples of works carried out in the past 5 years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
4.C.6 Bidders will be required to confirm that they and/or the service provider have the relevant educational and professional qualifications.
4.C.6.1 Bidders will be required to confirm that their managerial staff have the relevant educational and professional qualifications.
4.C.8.1 Bidders will be required to confirm their average annual manpower for the last 3 years.
4.C.8.2 Bidders will be required to confirm their and the number of managerial staff for the last 3 years.
4.C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4D.1
1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
Or
2) The bidder must have the following:
a) A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation;
b) Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance;
c) A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. The bidder must be able to provide copies of their organisation’s documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder’s organisation. They must set out how the bidder’s organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce;
d) Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records;
e) Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. The bidder’s organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance;
f) Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged;
g) A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.
III.2.2)Contract performance conditions:
Please see ITT Documents on PCS-Tender for more information.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)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
IV.2.7)Conditions for opening of tenders
PCS-tender portal
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Please see ITT Documents on PCS-tender
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11869. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:553890)
VI.4.1)Review body
Summerfield House, 2 Eday Road
Aberdeen
AB15 6RE
United Kingdom
Telephone: +44 3454566000Internet address: http://www.nhsgrampian.org
VI.5)Date of dispatch of this notice: