Tender

Asbestos Related Survey & Analytical Services Framework

NHS GRAMPIAN

This public procurement record has 1 release in its history.

Tender

17 Sep 2018 at 00:00

Summary of the contracting process

NHS Grampian is currently conducting an open tender for the "Asbestos Related Survey & Analytical Services Framework," aimed at sourcing asbestos survey and analytical services within the Grampian Region and Moray. This procurement process is at the tender stage, with the deadline for bid submissions set for 22nd October 2018 at 12:00. The procurement is classified under the health services industry category and is governed by public law. Bids must be submitted electronically via the PCS Tender portal.

This tender presents an excellent opportunity for businesses specialising in health and safety services, particularly those with expertise in asbestos management and compliance. Companies that qualify must demonstrate relevant experience, possess the necessary insurance cover, and meet certain financial criteria, including a minimum annual turnover of £500,000 over the past two years. With a framework agreement intended to establish a three-supplier setup, this tender is especially suited for medium-sized enterprises seeking to expand their service offerings within public sector contracting.

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 Related Survey & Analytical Services Framework

Notice Description

Asbestos Surveys & Analytical Services

Lot Information

Lot 1

NHS Grampian ("the Authority") is undertaking this procurement for the provision of Asbestos Related Survey and Analytical Services. The Authority is seeking to establish a three-supplier framework on the basis of the terms and conditions referred to in the Invitation to Tender.. Please see ITT Documents

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000553890
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331655
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Framework
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

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

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
17 Sep 20187 years ago
Submission Deadline
22 Oct 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
Not specified
Contact Email
gail.hughes@nhs.net
Contact Phone
+44 3454566000

Buyer Location

Locality
ABERDEEN
Postcode
AB15 6RE
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
Kingswells/Sheddocksley/Summerhill
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-r6ebe6-0000553890-2018-09-17T00:00:00Z",
    "date": "2018-09-17T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000553890",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-37",
            "name": "NHS Grampian",
            "identifier": {
                "legalName": "NHS Grampian"
            },
            "address": {
                "streetAddress": "Summerfield House, 2 Eday Road",
                "locality": "Aberdeen",
                "region": "UKM50",
                "postalCode": "AB15 6RE"
            },
            "contactPoint": {
                "email": "gail.hughes@nhs.net",
                "telephone": "+44 3454566000",
                "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-37"
    },
    "tender": {
        "id": "OC001-18",
        "title": "Asbestos Related Survey & Analytical Services Framework",
        "description": "Asbestos Surveys & Analytical Services",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Grampian Region and Moray"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM50"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-10-22T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-10-22T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP331655",
                "documentType": "contractNotice",
                "title": "Asbestos Related Survey & Analytical Services Framework",
                "description": "Asbestos Surveys & Analytical Services",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331655",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "NHS Grampian (\"the Authority\") is undertaking this procurement for the provision of Asbestos Related Survey and Analytical Services. The Authority is seeking to establish a three-supplier framework on the basis of the terms and conditions referred to in the Invitation to Tender.. Please see ITT Documents",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2018-10-22T12:00:00Z",
            "address": {
                "streetAddress": "PCS-tender portal"
            }
        },
        "communication": {
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Please see ITT Documents on PCS-Tender for more information."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4.A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
                },
                {
                    "type": "economic",
                    "description": "4.B.1.2 Bidders will be required to have an average yearly turnover of a minimum of 500,000 GBP for the last 2 years. 4.B.5.1 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: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP Public Liability Insurance = 10,000,000 GBP Professional Indemnity Insurance = 1,000,000 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 II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. 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. 4.C.6 Bidders will be required to confirm that they and/or the service provider have the relevant educational and professional qualifications. 4.C.6.1 Bidders will be required to confirm that their managerial staff have the relevant educational and professional qualifications. 4.C.8.1 Bidders will be required to confirm their average annual manpower for the last three years. 4.C.8.2 Bidders will be required to confirm their and the number of managerial staff for the last three years. 4.C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "minimum": "4D.1 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."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3
            }
        },
        "classification": {
            "id": "90650000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Please see ITT Documents on PCS-tender The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11869. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:553890)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000553890"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}