Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331655
Asbestos Related Survey & Analytical Services Framework - Asbestos Surveys & Analytical Services
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}