Asbestos Surveys Tender Edinburgh
Viewpoint require Asbestos Surveys to be carried out across its whole estate.
United Kingdom-Edinburgh: Asbestos removal services
2017/S 169-347101
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
4 South Oswald Road
Edinburgh
EH9 2HG
United Kingdom
E-mail: info@altprocurement.co.uk
NUTS code: UKM75
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11642
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Asbestos Surveys.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Viewpoint require Asbestos Surveys to be carried out across its whole estate in the first 4 months of the contract followed by the provision of asbestos management services for the duration of the contract.
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:
Viewpoint require Asbestos Surveys to be carried out across its whole estate in the first 4 months of the contract followed by the provision of asbestos management services for the duration of the contract.
1.1.1. Viewpoint wishes to ensure full compliance with The Control of Asbestos Regulations 2012 (CAR2012). To assist the association in achieving this objective it is proposed to appoint a specialist asbestos management consultancy to provide the following technical support and advice:
— Desktop review of existing asbestos management plan including updating same to ensure compliance with CAR2012.
— Recommendations regarding site surveys required including extent to which surveys within individual dwellings should be undertaken.
— Review of Viewpoint staff training and skills including compliance with MDHS100.
— Production of a management plan (including updating / enhancing the existing asbestos register).
— Management Surveys (provided in .csv format to allow for upload to Viewpoint’s QLX IT System)
— Refurbishment & Demolition Surveys (provided in .csv format to allow for upload to Viewpoint’s QLX IT System)).
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
An initial 24 month period with option to extend by a further 24 months in 12 month intervals.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
The Selection Criteria is as stated in Minimum Level of Standards Required section below.
4B.1.1 Bidders will be required to have a minimum ‘general’ yearly turnover of 150 000 GBP for the last 3 years.
4B.5.1: Bidders will require to have Employers Liability Insurance cover for any one occurrence or series of occurrences arising out of one event shall be no less than 10 000 000 GBP (ten million pounds).
4B.5.5: Bidders will require to have Public Liability Insurance cover for any one occurrence or series of occurrences arising out of one event shall be no less than 5 000 000 GBP (five million pounds) and Contractor’s All Risks Insurance cover for any one occurrence or series of occurrences arising out of one event shall be no less than 1 000 000 GBP (one million pounds).
III.1.3)Technical and professional ability
The Selection Criteria is as stated in Minimum Level of Standards Required section below.
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.
4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
— ISO/IEC 17020 or equivalent,
— ‘NIACS’ (National Individual Asbestos Certification Scheme) and ‘ABICS’ (Asbestos Building Inspectors Certification Scheme) or equivalent,
— BOHS P402 or equivalent,
— Disclosure Scotland checked.
4D.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.2.3)Information about staff responsible for the performance of the contract
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.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
36 months.
VI.2)Information about electronic workflows
VI.3)Additional information:
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=509849
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:509849)
Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=509849
VI.4.1)Review body
4 South Oswald Road
Edinburgh
EH9 2HG
United KingdomInternet address:www.viewpoint.org.uk
VI.5)Date of dispatch of this notice:
Related Posts
Housing Asbestos Management Services London
Asbestos Surveys and Licensed Asbestos Removal Work – Devon
Borough of Poole Asbestos Services
Tender for Asbestos Management Survey and Analytical Services