Tender

Asbestos Removal & Remediation Works Framework

NHS GRAMPIAN

This public procurement record has 1 release in its history.

Tender

06 Apr 2018 at 00:00

Summary of the contracting process

NHS Grampian is seeking bids for the "Asbestos Removal & Remediation Works Framework", which falls under the health industry category. The procurement process is currently in the Tender phase, with submissions accepted until 8th May 2018 at 12:00 (local time). The works will take place in the Grampian Region, with the contract also requiring delivery of services from firms based in Aberdeen, UK. This open tender aims to establish a framework for asbestos-related works.

This tender presents significant growth opportunities for companies specialising in environmental remediation, particularly those with experience in asbestos removal and related health and safety compliance. Firms with a proven track record and financial stability—specifically an average yearly turnover of at least £800,000 over the last two years—are encouraged to apply. Companies must also demonstrate necessary certifications and risk management procedures relevant to high-risk environments to qualify for this contract.

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 Removal & Remediation Works Framework

Notice Description

NHS Grampian are looking to put in place a Framework which will include all work relating to asbestos removal and other treatment.

Lot Information

Lot 1

NHS Grampian require a Framework to include all work relating to asbestos removal, remedial work and other treatment. Please see detail information on PCS-Tender via this link. https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html. Please access PCS-Tender for more information.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000511377
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR315820
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

45262660 - Asbestos-removal work

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
6 Apr 20187 years ago
Submission Deadline
8 May 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NHS GRAMPIAN
Contact Name
Gail Hughes
Contact Email
gail.hughes@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
ABERDEEN
Postcode
AB25 2XE
Post Town
Aberdeen
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM5 North Eastern Scotland
Small Region (ITL 3)
TLM50 Aberdeen City and Aberdeenshire
Delivery Location
TLM50 Aberdeen City and Aberdeenshire

Local Authority
Aberdeen City
Electoral Ward
Midstocket/Rosemount
Westminster Constituency
Aberdeen North

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-r6ebe6-0000511377-2018-04-06T00:00:00Z",
    "date": "2018-04-06T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000511377",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-85",
            "name": "NHS Grampian",
            "identifier": {
                "legalName": "NHS Grampian"
            },
            "address": {
                "streetAddress": "Procurement Department",
                "locality": "Aberdeen",
                "region": "UKM50",
                "postalCode": "AB25 2XE"
            },
            "contactPoint": {
                "name": "Gail Hughes",
                "email": "gail.hughes@nhs.net",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nhsgrampian.org"
            }
        }
    ],
    "buyer": {
        "name": "NHS Grampian",
        "id": "org-85"
    },
    "tender": {
        "id": "GC002-18",
        "title": "Asbestos Removal & Remediation Works Framework",
        "description": "NHS Grampian are looking to put in place a Framework which will include all work relating to asbestos removal and other treatment.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45262660",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Grampian Region"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM50"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-05-08T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-05-08T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR315820",
                "documentType": "contractNotice",
                "title": "Asbestos Removal & Remediation Works Framework",
                "description": "NHS Grampian are looking to put in place a Framework which will include all work relating to asbestos removal and other treatment.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR315820",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "NHS Grampian require a Framework to include all work relating to asbestos removal, remedial work and other treatment. Please see detail information on PCS-Tender via this link. https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html. Please access PCS-Tender for more information.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2018-05-08T12:00:00Z",
            "address": {
                "streetAddress": "Online"
            },
            "description": "Online by the procurement department"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "performanceTerms": "Please see ITT Documents on PCS-Tender for more information on this."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1 bidders are required to possess the relevant professional or trade registration within the area of requirement/work."
                },
                {
                    "type": "economic",
                    "description": "4B.1.2 Bidders will be required to have an average yearly turnover of a minimum of 800,000 GBP for the last 2 years. 4B2.2 Bidders will be required to have an average yearly turnover of a minimum of 800,000 GBP in the business area covered by the contract for the last 2 years. 4B. 4 Bidders will be required to state the value(s) for the following financial ratio(s) [ratio name] [ratio value] The acceptable range for each financial ratio is [ratio range] The ratio will be calculated as follows: [ratio calculation] 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below Employer's (Compulsory) Liability Insurance (including Asbestos) = 10,000,000 GBP 4B5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below Public/Product Liability Insurance (including Asbestos) = 5,000,000 GBP"
                },
                {
                    "type": "technical",
                    "description": "4C.1 Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part 4 of the Technical Specification. 4C.2.1 Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. 4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications 4C.6.1 And/Or: Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: staff have the following relevant educational and professional qualifications. Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements 4C.8.1 Bidders will be required to confirm their average annual manpower for the last three years 4C.8.2 Bidders will be required to confirm their and the number of managerial staff for the last three years. 4C. 9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in part 4 of the Technical Specification. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract",
                    "minimum": "4D.1 Quality Management Procedures 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 4D1.1 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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "classification": {
            "id": "45262660",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 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. OR 4 (a-g) the policies, processes & arrangements detailed in this section of the ESPD under the Qualification Envelope within PCS-Tender The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10487. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:511377)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000511377"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}