Asbestos Removal Service Edinburgh
The University of Edinburgh invites competitive tenders for an Estate wide Asbestos Removal and Associated Downtakings Framework agreement.
United Kingdom-Edinburgh: Asbestos removal services
2013/S 222-386882
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Contact point(s): Procurement
For the attention of: Elizabeth Lebost
EH1 1HT Edinburgh
UNITED KINGDOM
Telephone: +44 1316509368
E-mail: elizabeth.lebost@ed.ac.uk
Internet address(es):
General address of the contracting authority: http://www.ed.ac.uk/schools-departments/procurement/supplying
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/search_authprofile.aspx?id=aa00107
Further information can be obtained from: University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Contact point(s): Procurement
For the attention of: Elizabeth Lebost
EH1 1HT Edinburgh
UNITED KINGDOM
Telephone: +44 1316509368
E-mail: elizabeth.lebost@ed.ac.uk
Internet address: http://www.ed.ac.uk/schools-departments/procurement/supplying
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Contact point(s): Procurement
For the attention of: Elizabeth Lebost
EH1 1HT Edinburgh
UNITED KINGDOM
Telephone: +44 1316509368
E-mail: elizabeth.lebost@ed.ac.uk
Internet address: http://www.ed.ac.uk/schools-departments/procurement/supplying
Tenders or requests to participate must be sent to: University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Contact point(s): Procurement
For the attention of: Elizabeth Lebost
EH1 1HT Edinburgh
UNITED KINGDOM
Telephone: +44 1316509368
E-mail: elizabeth.lebost@ed.ac.uk
Internet address: http://www.ed.ac.uk/schools-departments/procurement/supplying
Section II: Object of the contract
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Edinburgh.
NUTS code UKM25
Number of participants to the framework agreement envisaged: 9
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 4 200 000 GBP
Please note the ITT documentation package is available to download via Intend and not the public contracts scotland portal.
ITT documentation available to download until the 16.1.2014.
ITT documentation to be submitted no later than 12:00 Noon on the 20.1.2014.
Framework duration to commence on the 1.5.2014 for a period of three years plus 1 year extension period subject to satisfactory Contractors performance.
The University of Edinburgh invites competitive tenders for an Estate wide Asbestos Removal and Associated Downtakings Framework agreement.
The University is looking to appoint HSE Licensed Contractors that will be willing to share best practice and have a proactive approach to the continuous improvement of the service over the contract period.
The University has a population of over 29,000 students and 7,500 staff. University activity is spread over approximately 750 buildings in five locations covering 800,000 square metres around Edinburgh and beyond, with student accommodation provided at the Pollock Halls of Residence and across a range of flats around the city. Other locations include Easter Bush, the Roslin Institute, the Western General Hospital and Firbush Outdoor Education Centre.
Campus maps are available online at http://www.ed.ac.uk/maps/
The work is divided into two Lots dependant on the value of works :
Suppliers can apply for individual Lots or to be considered for both Lots.
Lot 1 – Entire Estate- value of work up to 60,000 GBP – A ranked framework of 3 Suppliers undertaking work as described below
Lot 2 – Entire Estate – value of work from 60,000 GBP – 1,000,000 GBP – A mini competition framework of no more than 6 suppliers undertaking work as described below.
The successful Contractors must be suitably qualified and experienced to undertake Asbestos Removal and Remediation Services using best practice and overall value for money principles and be willing to play an active and effective role as a partner in understanding the needs and requirements of a large and complex building stock and will be expected to support the University through the delivery of a comprehensive package of services.
The successful Contractors must hold a full licence from the HSE and be members of the recognised professional body for the industry.
Anticipated Framework start date: 1.5.2014
Contract time period: 1st May 2014 for a three year period plus a further one year option to extend subject to satisfactory supplier performance.
Award criteria: Lots 1 and 2: 80 % quality / 20 % cost at ITT stage; Lot 1: Evaluation of the questionnaire will be subject to the additional 60 % quality threshold, suppliers unable to meet or exceed the 60 % threshold will be excluded from further participation in the process.
Lot 2: Evaluation of the questionnaire will be subject to the additional 60 % quality threshold, suppliers unable to meet or exceed the 60 % threshold will be excluded from further participation in the process.
Mini competition within Framework will be most economically advantageous tender dependant on reaching or exceeding the quality threshold for each project of 60 % of the quality marks from the project specific questionnaire. The overall quality/cost (MEAT) score will be project specific at mini competition stage.
The total spend on works covered by this framework is typically in the range of:
Lot 1 – 550,000 GBP per annum;
Lot 2 – 100,000 GBP – 1,000,000 GBP per project.
Lot 1
The allocation of most of this spend is likely to be with the top ranked contractor as they will have first opportunity to accept all new work.
Lot 2
The allocation of this is likely to be spread between the framework contractors as each call off from the framework undergoes a mini competition.
There will be no guarantee or commitment by University of Edinburgh to the total amount of money to be spent via this framework.
Lot 1
After the initial Quality and Price assessments a minimum of 6 and a maximum of 8 companies will be invited to undergo a marked and evaluated site audit, following all the audits no more than 3 suppliers will be appointed to the ranked framework. The successful contractors to the Framework will be ranked in descending order of their MEAT score. Where there is a requirement for work the top ranked contractor will be contacted in the first instance. If they are unable to fulfil the requirement then the next ranked provider will be contacted and so on until the requirement is satisfied.
Lot 2
After the initial Quality and Price assessments a maximum of 12 companies will be invited to undergo a marked and evaluated site audit, following all the audits no more than 6 suppliers will be appointed to the framework.
The initial assessment will cover the mandatory questions marked as pass/fail a quality/technical questionnaire and technical references; a cost assessment will also be undertaken at this stage.
The second stage of the assessment will be evaluated on the basis of quality marks from the site audit.
The questionnaire and site audit will be marked and weighted as the award criteria to obtain a final cost/quality mark. Only companies achieving 60% of the marks available for the quality section will be considered for the framework. For final selection to the Framework the University may opt to interview.
Note that once the Lot 2 Framework contractors have been appointed by the University of Edinburgh further mini competition exercises will be undertaken amongst those appointed, on a project by project basis, for work under the framework. Each mini competition occurring during the Framework period will be evaluated on price and quality, and the 60 % quality threshold will apply in all cases. The price and quality ratio can vary according to the nature of each project at mini tender competition stage.
The following worked example demonstrates how suppliers will be evaluated at mini competition stage:
For this MT (mini tender) worked example we will apply a ratio split of 70 % Quality / 30 % Cost.
The total score for this MT equates to 200
Maximum Quality Score that can be achieved – 140 marks (70 % x 200)
Maximum Price Score that can be achieved – 60 marks (30 % x 200)
Stage 1 –
We will always apply a 60% quality threshold pass/fail ratio.
In order to pass stage 1 the minimum Quality Score needed is 60 % x 140 marks = 84 marks
Only those suppliers who achieve a quality score of 84 or above will be taken through to Stage 2. If a supplier’s quality score is lower than 84 then their MT submission will be rejected and will not be fully evaluated.
Stage 2 –
We will apply to all suppliers who have passed the quality threshold in stage 1.
Your MT will then be fully evaluated based on the quality/cost split of 70 % quality and 30 % cost. This means your overall MT score could equate to a score of not more than 140 marks and your cost score could equate to a score of no more than 60 marks.
Scope of work
Lot 1
Contractors appointed to the Framework will provide a full range of asbestos removal and associated downtakings and dismantling services across the University Estate with a value of individual orders up to 60,000 GBP.
The service will include for the provision of viewing upcoming work; dismantling structures; undertaking downtakings associated with asbestos removal; follow up visits; quality assurance inspections; feedback; health and safety; security measures; site audits; approved and regulated waste disposal and all other measures as described elsewhere in the tender documents including liaison and monthly meetings with the clients representative or other aspect inherent in providing a quality service to the University.
Lot 2
Contractors appointed to the Framework will provide a full range of asbestos removal and associated downtakings and dismantling services on a project by project basis under the Capital and MR programmes with a value of between 60,000 GBP – 1,000,000 GBP.
The service will include for the provision of attending site walkthroughs to enable the pricing for projects; asbestos removal, dismantling structures; undertaking downtakings associated with asbestos removal; management of sub contractors, undertaking the role of Main Contractor under CDM regulations; quality assurance inspections; feedback; health and safety; security measures; site audits; approved and regulated waste disposal and all other measures as described elsewhere in the tender documents including liaison and monthly meetings with the clients representative or other aspect inherent in providing a quality service to the University.
All work must be carried out in line with UK legislation, Approved Codes of Practice and HSE guidance as well as following the Universities procedures and policies.
Contractors must make themselves aware of their roles and responsibilities and those of others, as described in the University Asbestos Management Plan.
The ITT (invitation to tender) documentation is available via the following url link:
https://in-tendhost.co.uk/edinburghuni/aspx/Home
and then click on the Tender tab and then on the current tender option.
To Express Interest In this ITT, Select “View Details” in the bottom right hand corner.
Then Click on the Red Box “Express Interest”, then follow the registration / login details. If you have previously registered on this website you will require your User ID and Password.
Closing Date For Requesting ITT document : – 16.1.2014
Closing Date / Time for ITT document :- 20.1.2014 no later than 12:00 Noon.
ITT documentation is normally published to the secure area within 24 hours. If after this time you have not received your email advising the ITT documentation has been published to the secure area, then contact the Procurement Office by sending a message through the correspondence function.
An email will be sent to the Publish Email address supplied at registration when the documents have been published. You will then be able to login to the secure area and download the ITT documentation.
Submissions should be made via the web site, all documents should be uploaded to the website then press the Red button “Submit return” (You may need to scroll the screen down to see this button)
You will then receive a receipt, print & retain a copy of this receipt. This is your confirmation of your submission.)The ITT status will then confirm your documents have been submitted.
Online system help available at:-
https://in-tendhost.co.uk/edinburghuni/aspx/Help
Please Note: The University of Edinburgh does not charge a ITT administration fee and documents will be published automatically to the secure area on the e-tendering website following expression of interest.
The University advises all suppliers that only the following file formats are acceptable as tender submissions.
All Microsoft Office file formats (or equivalent, though must be capable of being read by MS Office programs)
PDF files
ZIP files containing the above
jpeg images
Maximum File size = 20 Mb.
No other file types will be accepted unless specified in the ITT documentation.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=270561
90650000, 45262660
Tenders may be submitted for one or more lots
Please note the ITT documentation package is available to download via Intend and not the Public Contracts Scotland portal.
ITT documentation available to download until the 16.1.2014.
ITT documentation to be submitted no later than 12:00 Noon on the 20.1.2014.
Framework duration to commence on the 1.5.2014 for a period of three years plus one year extension subject to satisfactory Contractors performance.
The University of Edinburgh invites competitive tenders for an Estate wide Asbestos Removal and Associated Downtakings Framework agreement.
The University is looking to appoint HSE Licensed Contractors that will be willing to share best practice and have a proactive approach to the continuous improvement of the service over the contract period.
The University has a population of over 29,000 students and 7,500 staff. University activity is spread over approximately 750 buildings in five locations covering 800,000 square metres around Edinburgh and beyond, with student accommodation provided at the Pollock Halls of Residence and across a range of flats around the city. Other locations include Easter Bush, the Roslin Institute, the Western General Hospital and Firbush Outdoor Education Centre.
Campus maps are available online at http://www.ed.ac.uk/maps/
The work is divided into two Lots dependant on the value of works :
Suppliers can apply for individual Lots or to be considered for both Lots.
Lot 1 – Entire Estate- value of work up to 60,000 GBP – A ranked framework of 3 Suppliers undertaking work as described below
Lot 2 – Entire Estate – value of work from 60,000 GBP – 1,000,000 GBP – A mini competition framework of no more than 6 suppliers undertaking work as described below.
The successful Contractors must be suitably qualified and experienced to undertake Asbestos Removal and Remediation Services using best practice and overall value for money principles and be willing to play an active and effective role as a partner in understanding the needs and requirements of a large and complex building stock and will be expected to support the University through the delivery of a comprehensive package of services.
The successful Contractors must hold a full licence from the HSE and be members of the recognised professional body for the industry.
Anticipated Framework start date: 1.5.2014
Contract time period: 1.5.2014 for a three year period plus a further one year option to extend subject to satisfactory supplier performance.
Award criteria: Lots 1 and 2: 80 % quality / 20 % cost at ITT stage; Lot 1: Evaluation of the questionnaire will be subject to the additional 60 % quality threshold, suppliers unable to meet or exceed the 60 % threshold will be excluded from further participation in the process.
Lot 2: Evaluation of the questionnaire will be subject to the additional 60% quality threshold, suppliers unable to meet or exceed the 60 % threshold will be excluded from further participation in the process.
Mini competition within Framework will be most economically advantageous tender dependant on reaching or exceeding the quality threshold for each project of 60 % of the quality marks from the project specific questionnaire. The overall quality/cost (MEAT) score will be project specific at mini competition stage.
The total spend on works covered by this framework is typically in the range of:
Lot 1 – 550,000 GBP per annum;
Lot 2 – 100,000 – 1,000,000 GBP per project.
Lot 1
The allocation of most of this spend is likely to be with the top ranked contractor as they will have first opportunity to accept all new work.
Lot 2
The allocation of this is likely to be spread between the framework contractors as each call off from the framework undergoes a mini competition.
There will be no guarantee or commitment by University of Edinburgh to the total amount of money to be spent via this framework.
Lot 1
After the initial Quality and Price assessments a minimum of 6 and a maximum of 8 companies will be invited to undergo a marked and evaluated site audit, following all the audits no more than 3 suppliers will be appointed to the ranked framework. The successful contractors to the Framework will be ranked in descending order of their MEAT score. Where there is a requirement for work the top ranked contractor will be contacted in the first instance. If they are unable to fulfil the requirement then the next ranked provider will be contacted and so on until the requirement is satisfied.
Lot 2
After the initial Quality and Price assessments a maximum of 12 companies will be invited to undergo a marked and evaluated site audit, following all the audits no more than 6 suppliers will be appointed to the framework.
The initial assessment will cover the mandatory questions marked as pass/fail a quality/technical questionnaire and technical references; a cost assessment will also be undertaken at this stage.
The second stage of the assessment will be evaluated on the basis of quality marks from the site audit.
The questionnaire and site audit will be marked and weighted as the award criteria to obtain a final cost/quality mark. Only companies achieving 60 % of the marks available for the quality section will be considered for the framework. For final selection to the Framework the University may opt to interview.
Note that once the Lot 2 Framework contractors have been appointed by the University of Edinburgh further mini competition exercises will be undertaken amongst those appointed, on a project by project basis, for work under the framework. Each mini competition occurring during the Framework period will be evaluated on price and quality, and the 60 % quality threshold will apply in all cases. The price and quality ratio can vary according to the nature of each project at mini tender competition stage.
The following worked example demonstrates how suppliers will be evaluated at mini competition stage:
For this MT (mini tender) worked example we will apply a ratio split of 70 % Quality / 30 % Cost.
The total score for this MT equates to 200
Maximum Quality Score that can be achieved – 140 marks (70 % x 200)
Maximum Price Score that can be achieved – 60 marks (30 % x 200)
Stage 1 –
We will always apply a 60 % quality threshold pass/fail ratio.
In order to pass stage 1 the minimum Quality Score needed is 60 % x 140 marks = 84 marks
Only those suppliers who achieve a quality score of 84 or above will be taken through to Stage 2. If a supplier’s quality score is lower than 84 then their MT submission will be rejected and will not be fully evaluated.
Stage 2 –
We will apply to all suppliers who have passed the quality threshold in stage 1.
Your MT will then be fully evaluated based on the quality/cost split of 70 % quality and 30 % cost. This means your overall MT score could equate to a score of not more than 140 marks and your cost score could equate to a score of no more than 60 marks.
The contract will run from 1.5.2014 for 3 years, with option to extend for further 1 year.
Scope of work
Lot 1
Contractors appointed to the Framework will provide a full range of asbestos removal and associated downtakings and dismantling services across the University Estate with a value of individual orders not exceeding 60,000 GBP.
The service will include for the provision of viewing upcoming work; dismantling structures; undertaking downtakings associated with asbestos removal; follow up visits; quality assurance inspections; feedback; health and safety; security measures; site audits; approved and regulated waste disposal and all other measures as described elsewhere in the tender documents including liaison and monthly meetings with the clients representative or other aspect inherent in providing a quality service to the University.
Lot 2
Contractors appointed to the Framework will provide a full range of asbestos removal and associated downtakings and dismantling services on a project by project basis under the Capital and MR programmes with a value of between 60,000GBP – 1,000,000 GBP.
The service will include for the provision of attending site walkthroughs to enable the pricing for projects; asbestos removal, dismantling structures; undertaking downtakings associated with asbestos removal; management of sub contractors, undertaking the role of Main Contractor under CDM regulations; quality assurance inspections; feedback; health and safety; security measures; site audits; approved and regulated waste disposal and all other measures as described elsewhere in the tender documents including liaison and monthly meetings with the clients representative or other aspect inherent in providing a quality service to the University.
All work must be carried out in line with UK legislation, Approved Codes of Practice and HSE guidance as well as following the Universities procedures and policies.
Contractors must make themselves aware of their roles and responsibilities and those of others, as described in the University Asbestos Management Plan.
The ITT (invitation to tender) documentation is available via the following url link:
https://in-tendhost.co.uk/edinburghuni/aspx/Home
and then click on the Tender tab and then on the current tender option.
To Express Interest In this ITT, Select “View Details” in the bottom right hand corner.
Then Click on the Red Box “Express Interest”, then follow the registration / login details. If you have previously registered on this website you will require your User ID and Password.
Closing Date For Requesting ITT document : – 16.1.2014
Closing Date / Time for ITT document :- 20.1.2014 no later than 12:00 Noon.
ITT documentation is normally published to the secure area within 24 hours. If after this time you have not received your email advising the ITT documentation has been published to the secure area, then contact the Procurement Office by sending a message through the correspondence function.
An email will be sent to the Publish Email address supplied at registration when the documents have been published. You will then be able to login to the secure area and download the ITT documentation.
Submissions should be made via the web site, all documents should be uploaded to the website then press the Red button “Submit return” (You may need to scroll the screen down to see this button)
You will then receive a receipt, print & retain a copy of this receipt. This is your confirmation of your submission.)The ITT status will then confirm your documents have been submitted.
Online system help available at:-
https://in-tendhost.co.uk/edinburghuni/aspx/Help
Please Note: The University of Edinburgh does not charge a ITT administration fee and documents will be published automatically to the secure area on the e-tendering website following expression of interest.
The University advises all suppliers that only the following file formats are acceptable as tender submissions.
All Microsoft Office file formats (or equivalent, though must be capable of being read by MS Office programs)
PDF files
ZIP files containing the above
jpeg images
Maximum File size = 20 Mb.
No other file types will be accepted unless specified in the ITT documentation.
Estimated value excluding VAT: 4 200 000 GBP
Information about lots
Lot No: 1 Lot title: Asbestos Removal up to the value of 60,000GBP
After the initial Quality and Price assessments a minimum of 6 and a maximum of 8 companies will be invited to undergo a marked and evaluated site audit, following all the audits no more than 3 suppliers will be appointed to the ranked framework. The successful contractors to the Framework will be ranked in descending order of their MEAT score. Where there is a requirement for work the top ranked contractor will be contacted in the first instance. If they are unable to fulfil the requirement then the next ranked provider will be contacted and so on until the requirement is satisfied.
90650000, 45262660
The service will include for the provision of viewing upcoming work; dismantling structures; undertaking downtakings associated with asbestos removal; follow up visits; quality assurance inspections; feedback; health and safety; security measures; site audits; approved and regulated waste disposal and all other measures as described elsewhere in the tender documents including liaison and monthly meetings with the clients representative or other aspect inherent in providing a quality service to the University.
Estimated annual spend on this lot is 550,000 GBP per annum.
Estimated value excluding VAT: 2 200 000 GBP
After the initial Quality and Price assessments a maximum of 12 companies will be invited to undergo a marked and evaluated site audit, following all the audits no more than 6 suppliers will be appointed to the framework.
90650000, 45262660
Estimated spend per annum on this lot is approx. 500,000 GBP per annum.
Estimated value excluding VAT: 2 000 000 GBP
Section III: Legal, economic, financial and technical information
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
As detailed within the invitation to tender documentation.
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
As detailed within the invitation to tender documentation.
As detailed within the invitation to tender documentation.
Reference to the relevant law, regulation or administrative provision: As detailed with the Invitation to Tender documentation.
Section IV: Procedure
Section VI: Complementary information
Estimated timing for further notices to be published: Summer 2017.
(SC Ref:270561).