Occupational Hygiene and Asbestos Related Services Tender
The proposed contract is to cover 2 key service areas to the Environment Agency: 1) General occupational hygiene services.
United Kingdom-London: Health and safety consultancy services
2019/S 140-344964
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Nobel House, 17 Smith square
London
SW1P 3JR
United Kingdom
Contact person: Dawnette Gayle
Telephone: +44 7747194803
E-mail: Dawnette.Gayle@environment-agency.gov.uk
NUTS code: UK
Address of the buyer profile: https://www.gov.uk/government/organisations/environment-agency
I.1)Name and addresses
Nobel House, 17 Smith Square
London
SW1P 3JR
United Kingdom
Contact person: Dawnette Gayle
E-mail: Dawnette.Gayle@environment-agency.gov.uk
NUTS code: UK
I.1)Name and addresses
Horizon House, Deanery Road
Bristol
BS1 5AH
United Kingdom
Contact person: Dawnette Gayle
E-mail: Dawnette.Gayle@environment-agency.gov.uk
NUTS code: UK
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:
Occupational Hygiene and Asbestos Related Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The proposed contract is to cover 2 key service areas to the Environment Agency:
1) General occupational hygiene services;
2) Asbestos related services.
The proposed contract may be accessed by the Department for Environment, Food and Rural Affairs and other Non-Departmental Bodies or Agencies registered under the core department.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1: Occupational Hygiene Services;
Lot 2: Asbestos Related Services.
Any bidding supplier who is successful in their bids for both Lots 1 + 2, and is the named preferred supplier will be awarded both contracts.
II.2.1)Title:
Occupational Hygiene Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
England and Wales.
II.2.4)Description of the procurement:
Requirements of the general hygiene services include but are not limited to:
— hand arm and whole body vibration assessments,
— bio-aerosol, dust and air-borne particulate sampling and analysis,
— COSHH assessments,
— expert witness service,
— 24-hour emergency hotline,
— noise assessments,
— ergonomic and manual handling assessments,
— general advice and guidance on a range of possible occupational hygiene issues that we may encounterwhen undertaking our duties,
— note this is not a definitive list.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Two (2) optional extension periods contained within contract of 12 months.
The total duration of the contract will therefore be 48 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Absesots Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
England and Wales.
II.2.4)Description of the procurement:
Requirements of the asbestos related services include but are not limited to:
— surveys of structures and site investigation,
— asbestos surveys at illegal waste sites including obtaining samples,
— asbestos analysis and where required the provision of analytical reports, including suitable and practicable management actions to ensure we are legally compliant,
— expert witness for legal cases,
— note this is not a definitive list.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Two (2) optional extension periods contained within contract of 12 months.
The total duration of the contract will therefore be 48 months.
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Please refer to the Bravo eSourcing Portal opportunity:
Itt_5813 — Project_23288 0ù SSC + Qualification Only ITT
Section 1.18 — Mandatory Technical Criteria for detail of required accreditation and certification, variants by lot.
Contract subject to ‘Environment Agency — conditions of contract — services 2018’.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Contract subject to ‘Specification’ and ‘Environment Agency — conditions of contract — Services 2018’ contained within the Bravo eSourcing Portal opportunity:
Itt_5813 — Project_23288 – SSC + Qualification Only ITT.
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
Not applicable.
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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
Defra group commercial staff are the only authorised persons/group responsible for the parallel opening of electronic bids via Defra’s Bravo eSourcing Portal.
Bids will be electronically sealed until the date and time listed above.
Section VI: Complementary information
VI.1)Information about recurrence
40 months from date of Award of the proposed contracts listed within this document, estimated 28.10.2019.
VI.2)Information about electronic workflows
VI.3)Additional information:
This Contract Notice is in relation to the proposed contracts listed under referene ‘Project_23288’. Interested providers are asked to register their interest and complete the required tender documentation via Defra’s Bravo eSourcing portal. Bidders will find the“opportunity” and all documentation contained within the Bravo system.
https://defra.bravosolution.co.uk/web/login.html
Following the link to register on the bravo portal, click on the ‘Register now’ button. Guidance on how to registeris available under the ‘click here for details on how to register’ link. All queries regarding using the system that are not answered by the guidance section should be directed to the eSourcing Helpdesk run by BravoSolution (the suppliers of the portal).
The contract(s) are primarily intended to meet the needs of the Environment Agency. The Agency may require the successful bidder to provide the goods/services on the same terms that are agreed as a result of this tender to the Department for Environment, Food and Rural Affairs, and to its associated bodies including any Agencies and non-departmental public bodies and others (the Defra Group). A full list of the Defra Group can be found at: https://www.gov.uk/government/organisations#department-for-environment-food-rural-affairs
The Environment Agency expressly reserves the right:
(i) not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice;
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;
(iii) to award 1 or more public contract(s) in relation to part only of the requirements covered by this notice; and/or
(iv) to award a contract(s) in stages.
In no circumstances will the Environment Agency be liable for any costs incurred by the applicants/tenderers and their associated parties. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgment of potential applicants and the Environment Agency will not be responsible for any such expenditure.
VI.4.1)Review body
Various
Various
United Kingdom
VI.4.3)Review procedure
The Authority will incorporate a minimum 10 calendar day standstill period following electronic notification to unsuccessful applicants of the award decision. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period.
VI.5)Date of dispatch of this notice: