Tender

Asbestos Surveying, Sampling & Analytical Services

RIVER CLYDE HOMES

This public procurement record has 2 releases in its history.

TenderUpdate

22 Feb 2022 at 09:05

Tender

22 Feb 2022 at 09:05

Summary of the contracting process

The procurement process, initiated by River Clyde Homes, is for the "Asbestos Surveying, Sampling & Analytical Services" contract. It falls under the services category, specifically focused on asbestos removal services, within the Greenock area of the United Kingdom. The tender is currently in the active stage, with a submission deadline set for 7th March 2022. Interested parties are advised to submit electronic responses via the Public Contracts Scotland platform. This contract has a potential duration of up to two years, with opportunities for renewal, indicating an ongoing need for these services.

This tender presents considerable opportunities for businesses specialising in environmental services, particularly those involved in asbestos surveying and testing. Companies with experience in compliance with health and safety regulations, as well as those able to demonstrate community benefits, are well-suited to compete for this contract. Bidders must have the necessary insurance coverage and provide evidence of relevant qualifications and previous work experience to ensure they can meet the client's stringent requirements. This can potentially lead to not only a successful bid but also possible referrals and collaborations within the local community as part of the contract's community benefits expectations.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Asbestos Surveying, Sampling & Analytical Services

Notice Description

RCH are seeking to appoint a highly competent and experienced contractor to undertake Ad-Hoc Asbestos Surveying Sampling & Analytical Services/Remedial works within our properties.

Lot Information

Lot 1

RCH are seeking to appoint a highly competent and experienced contractor to undertake Ad-Hoc Asbestos Surveying Sampling & Analytical Services/Remedial works within our properties. All work must be carried out in accordance with the approved codes of practice Associated with the Control of Asbestos Regulations 2012 together with the provisions of the Health and Safety at Work Act (1974) and all other relevant legislation. Bidders should be aware that RCH are also in the process of procuring an Asbestos Removal contract. As the HSE strongly recommend that these two distinct services are carried out by separate companies, the same company will not be awarded both contracts. So, should a company bid for both contracts, and become the preferred bidder for both, they will be given the choice as to which contract they want to undertake. The second placed bidder will be awarded the remaining contract. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: RCH may elect to extend any resultant agreement for up to a period of 2, 12 month periods, subject to the agreement of the successful bidder.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0315ae
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004914-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

71315300 - Building surveying services

71355000 - Surveying services

79311300 - Survey analysis services

90650000 - Asbestos removal services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
22 Feb 20224 years ago
Submission Deadline
7 Mar 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
February 2026

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
RIVER CLYDE HOMES
Contact Name
Not specified
Contact Email
procurement@riverclydehomes.org.uk
Contact Phone
+44 8000132196

Buyer Location

Locality
GREENOCK
Postcode
PA15 2UZ
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Inverclyde
Electoral Ward
Inverclyde East Central
Westminster Constituency
Inverclyde and Renfrewshire West

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0315ae-2022-02-22T09:05:02Z",
    "date": "2022-02-22T09:05:02Z",
    "ocid": "ocds-h6vhtk-0315ae",
    "initiationType": "tender",
    "tender": {
        "id": "RCH572",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Asbestos Surveying, Sampling & Analytical Services",
        "classification": {
            "scheme": "CPV",
            "id": "90650000",
            "description": "Asbestos removal services"
        },
        "mainProcurementCategory": "services",
        "description": "RCH are seeking to appoint a highly competent and experienced contractor to undertake Ad-Hoc Asbestos Surveying Sampling & Analytical Services/Remedial works within our properties.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2022-03-07T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-03-14T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2022-03-07T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2022-03-14T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ],
                "description": "Delay to publishing of notice."
            }
        ],
        "status": "active",
        "lots": [
            {
                "id": "1",
                "description": "RCH are seeking to appoint a highly competent and experienced contractor to undertake Ad-Hoc Asbestos Surveying Sampling & Analytical Services/Remedial works within our properties. All work must be carried out in accordance with the approved codes of practice Associated with the Control of Asbestos Regulations 2012 together with the provisions of the Health and Safety at Work Act (1974) and all other relevant legislation. Bidders should be aware that RCH are also in the process of procuring an Asbestos Removal contract. As the HSE strongly recommend that these two distinct services are carried out by separate companies, the same company will not be awarded both contracts. So, should a company bid for both contracts, and become the preferred bidder for both, they will be given the choice as to which contract they want to undertake. The second placed bidder will be awarded the remaining contract. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Contract Management",
                            "type": "quality",
                            "description": "45.00%"
                        },
                        {
                            "name": "Community Benefits",
                            "type": "quality",
                            "description": "5.00%"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5.00%"
                        },
                        {
                            "name": "Method Statements",
                            "type": "quality",
                            "description": "15.00%"
                        },
                        {
                            "type": "price",
                            "description": "30.00%"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "RCH may elect to extend any resultant agreement for up to a period of 2, 12 month periods, subject to the agreement of the successful bidder."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71315300",
                        "description": "Building surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71355000",
                        "description": "Surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79311300",
                        "description": "Survey analysis services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "SPD Question 4B.5.1b - 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: Employers Liability Insurance = 10m GBP SPD Question 4B.5.2 - 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: Public Liability Insurance = 10m GBP Professional Indemnity Insurance = 5m GBP Bidders should indicate whether they hold the required cover in the table provided within the SPD.",
                    "minimum": "SPD Question 4B.6 - The bidder's company name and registration number will be used to obtain a financial risk assessment report from Dun & Bradstreet. Only companies which are deemed financially stable by RCH's Finance Department, on the strength of their financial report will be eligible to be a party to the contract. It is the tenderers responsibility to ensure that the information held by Dun & Bradstreet is up to date at the time of submission. If you prefer to have this assessment carried out in respect of a guarantor, such as an ultimate parent body, then you may elect for this option and details of the guarantor should be provided.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C.1.2- Bidders require to provide three examples of the successful delivery of contracts that are close in nature and scope to RCH's requirement. Bidders require to describe the scope of the contracts, what their responsibilities are / were, what the scale of the contract was and how they have performed within the contract. Bidders will also be required to provide written references from two of the three clients listed along with their SPD response. The references should provide a summary of the works undertaken and indicate the clients own satisfaction levels with the quality of service they received. Bidders who simply provide the company name, value and date will fail in this element. (Pass/Fail) 4C.2 - Bidders are required to provide details of all of the staff (both on site surveyors and managerial staff) who would be responsible for servicing the RCH contract in the event of a successful tender. Each staff members core skills, relevant qualifications (BOHS P401 - P405, W504, Certificate of Competence Asbestos (CoC), & any relevant BOHS refresher courses) and length and detail of on-site experience should be provided. Any bidder who wishes to be considered for the contract must have a minimum of 5 surveyors, 2 bulk analysts & 2 air analysts available to service the RCH contract. 4C.3 - Bidders are required to provide details of the laboratory that will be used for sampling of the asbestos materials. The lab must have received either a 'Good' or 'Satisfactory' classification in the most recent rounds of both the 'Asbestos in Materials' (AIMS) and the 'Regular Inter-laboratory Counting Exchange' (RICE) schemes. (Pass/Fail) 4C.10.- Please provide details of the proportion of the contract that you intend to subcontract, list the workstreams that will be sub-contracted, provide details of the sub-contractors you intend to sub-contract these works to, and explain how they've been selected and how they will be managed. A separate SPD for each named subcontractor must be completed and submitted with your response. (Pass/Fail)",
                    "minimum": "4D.1 - Bidders require to confirm whether they are able to produce certificates drawn up by independent bodies attesting that the bidder holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001, ISO 14001, ISO/IEC 17025:2017 and ISO/IEC 17020:2012 (Pass/Fail) And Bidders require to confirm whether they are able to produce certificates drawn up by independent bodies attesting that the bidder holds a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 45001 / 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. Where the preferred bidder does not hold the above accreditation, they will require to satisfy River Clyde Homes' Internal Health & Safety Team of their competence through other means prior to any contract award. (Pass/Fail) And Bidders or their named sub-contractor must be able to evidence a current waste carrier license. (Pass/Fail)",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Key Performance Indicators are detailed within the tender document.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-03-07T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2022-03-07T12:00:00Z"
        },
        "bidOpening": {
            "date": "2022-03-07T12:00:00Z"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "February 2026"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-5527",
            "name": "River Clyde Homes",
            "identifier": {
                "legalName": "River Clyde Homes"
            },
            "address": {
                "streetAddress": "Clyde View, 22 Pottery Street",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 2UZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 8000132196",
                "email": "procurement@riverclydehomes.org.uk",
                "url": "https://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://riverclydehomes.org.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12102",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "06",
                        "description": "Housing and community amenities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-7738",
            "name": "Greenock Sheriff Court",
            "identifier": {
                "legalName": "Greenock Sheriff Court"
            },
            "address": {
                "streetAddress": "1 Nelson St",
                "locality": "Greenock",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5527",
        "name": "River Clyde Homes"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:559092-2018:TEXT:EN:HTML"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000682090"
        }
    ],
    "language": "en",
    "description": "Tender responses must be submitted electronically via the Public Contracts Scotland (PCS) Electronic Tender Post Box. Any response not submitted via the Post Box will not be considered. Any queries relating to the contract must be raised via the 'Question & Answer' function of the PCS website. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=682090. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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. Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: At tender stage bidders will require to set out what community benefits they will bring to the Inverclyde area in the event of a successful bid. Responses may address targeted recruitment & training; equal opportunities; supply-chain initiatives; environmental initiatives, community consultation; contributions to education; the promotion of social enterprises; and resources for community initiatives. These benefits must be specific to this contract and not part of a wider Corporate Social Responsibility (CSR) programme. (SC Ref:682090)"
}