Award

GGC0562 Asbestos Surveying & Analytical Services Framework

NHS GREATER GLASGOW AND CLYDE

This public procurement record has 2 releases in its history.

Award

26 Apr 2022 at 00:00

Tender

26 Nov 2018 at 00:00

Summary of the contracting process

The procurement process for the "GGC0562 Asbestos Surveying & Analytical Services Framework" carried out by NHS Greater Glasgow and Clyde is currently in the award stage. With a total contract value of £3,500,000, this tender is critical for delivering essential health services across NHS Greater Glasgow & Clyde sites, located in Glasgow, UK. The procurement process followed an open procedure, and bids were accepted electronically, concluding on 11 January 2019, with the award period beginning shortly after on 14 January 2019.

This tender represents significant opportunities for businesses specialising in asbestos surveying and analytical services, particularly those that possess the necessary qualifications and experience in managing large and complex building stocks. Firms that can demonstrate competencies in health and safety compliance, as well as a strong track record in similar projects, would be particularly well-positioned to compete in this framework. The successful contractors will not only contribute to critical public health initiatives but could also benefit from long-term collaboration with a major public sector buyer.

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

GGC0562 Asbestos Surveying & Analytical Services Framework

Notice Description

NHS Greater Glasgow and Clyde (GG&C) ("the participating authority") require suitably qualified, competent and experienced Consultants to provide a range of Asbestos Surveying and Analytical Services through a framework agreement.

Lot Information

Lot 1

The successful Contractors must be willing to play an active and effective role in understanding the needs and requirements of a large and complex building stock and must support the participating authority through the delivery of a comprehensive and demanding package of services. The framework will be split into two parts: Part one will be a ranked framework for routine and emergency work under 5,000 GBP in value. Framework contractors will be ranked in accordance with the overall score achieved following evaluation of all tenders. Where the participating authority intends to call off the framework agreement by submission of an order and the first ranked framework Contractor is capable of meeting the participating authority's requirements, the participating authority will select the first ranked framework Contractor to undertake the work and supply a purchase order. Without prejudice to the participating authority's other rights and remedies, if the first ranked framework Contractor is unable or incapable of meeting the participating authority's requirements (as determined by the participating authority), the participating authority must consider the second ranked framework Contractor for the works and so on, cascading through the framework contractors. Part two, for Work (Services) over 5,000 GBP in value, a mini competition via Public Contracts Scotland Quick Quote will be carried out between all Contractors who are appointed to this Framework on a project-by-project basis. For all mini-competitions, the prices quoted must be at least as competitive as the Pricing Schedule. The Public Contracts (Scotland) Regulations 2015; regulation 7b allows for mini-competitions be carried out to re-open partly or fully the award criteria for the each contract of work. The award criteria for each mini-competition will be either be based on commercial only or for more complex projects a commercial and technical evaluation will be carried out and awarded on the basis of the most economically advantageous tender as set out in the procurement documents for the framework agreement.

Renewal: 2 x 12 month extensions are available.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000563218
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR447083
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

71315400 - Building-inspection services

71630000 - Technical inspection and testing services

90650000 - Asbestos removal services

90700000 - Environmental services

Notice Value(s)

Tender Value
£1,400,000 £1M-£10M
Lots Value
£1,400,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£3,500,000 £1M-£10M

Notice Dates

Publication Date
26 Apr 20223 years ago
Submission Deadline
11 Jan 2019Expired
Future Notice Date
Not specified
Award Date
20 May 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NHS GREATER GLASGOW AND CLYDE
Contact Name
Alasdair McLaren
Contact Email
alasdair.mclaren@ggc.scot.nhs.uk
Contact Phone
+44 1412043615

Buyer Location

Locality
GLASGOW
Postcode
G4 0SF
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Dennistoun
Westminster Constituency
Glasgow North East

Supplier Information

Number of Suppliers
3
Supplier Names

ENVIRONTEC

HSL COMPLIANCE

LIFE ENVIRONMENTAL SERVICES

Further Information

Notice Documents

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-r6ebe6-0000563218-2022-04-26T00:00:00Z",
    "date": "2022-04-26T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000563218",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "NHS Greater Glasgow and Clyde",
            "identifier": {
                "legalName": "NHS Greater Glasgow and Clyde"
            },
            "address": {
                "streetAddress": "Procurement Department, Glasgow Royal Infirmary, 84 Castle Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0SF"
            },
            "contactPoint": {
                "name": "Alasdair McLaren",
                "email": "alasdair.mclaren@ggc.scot.nhs.uk",
                "telephone": "+44 1412043615",
                "url": "http://"
            },
            "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.nhsggc.org.uk/"
            }
        },
        {
            "id": "org-29",
            "name": "Environtec Limited",
            "identifier": {
                "legalName": "Environtec Limited"
            },
            "address": {
                "streetAddress": "Environtec House, The Street, Hatfield Peverel",
                "locality": "Chelmsford",
                "region": "UKM82",
                "postalCode": "CM3 2EJ"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-30",
            "name": "hsl Compliance Ltd",
            "identifier": {
                "legalName": "hsl Compliance Ltd"
            },
            "address": {
                "streetAddress": "Alton House, Alton Business Park, Alton Road, Ross-on-Wye",
                "locality": "Herefordshire",
                "region": "UK",
                "postalCode": "HR9 5BP"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-31",
            "name": "Life Environmental Services",
            "identifier": {
                "legalName": "Life Environmental Services"
            },
            "address": {
                "streetAddress": "C/O Thermac 28 Carmyle Ave",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G32 8HJ"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-32",
            "name": "Sheriff Clerk's Office",
            "identifier": {
                "legalName": "Sheriff Clerk's Office"
            },
            "address": {
                "streetAddress": "PO Box 23, 1 Carlton Place,",
                "locality": "GLASGOW",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://www.nhsggc.org.uk/"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "NHS Greater Glasgow and Clyde",
        "id": "org-1"
    },
    "tender": {
        "id": "GGC0562",
        "title": "GGC0562 Asbestos Surveying & Analytical Services Framework",
        "description": "NHS Greater Glasgow and Clyde (GG&C) (\"the participating authority\") require suitably qualified, competent and experienced Consultants to provide a range of Asbestos Surveying and Analytical Services through a framework agreement.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90700000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71315400",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71630000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "NHS Greater Glasgow & Clyde Sites."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2019-01-11T16:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-01-14T09:00:00Z"
        },
        "documents": [
            {
                "id": "NOV338312",
                "documentType": "contractNotice",
                "title": "GGC0562 Asbestos Surveying & Analytical Services Framework",
                "description": "NHS Greater Glasgow and Clyde (GG&C) (\"the participating authority\") require suitably qualified, competent and experienced Consultants to provide a range of Asbestos Surveying and Analytical Services through a framework agreement.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV338312",
                "format": "text/html"
            },
            {
                "id": "APR447083",
                "documentType": "awardNotice",
                "title": "GGC0562 Asbestos Surveying & Analytical Services Framework",
                "description": "NHS Greater Glasgow and Clyde (GG&C) (\"the participating authority\") require suitably qualified, competent and experienced Consultants to provide a range of Asbestos Surveying and Analytical Services through a framework agreement.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR447083",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The successful Contractors must be willing to play an active and effective role in understanding the needs and requirements of a large and complex building stock and must support the participating authority through the delivery of a comprehensive and demanding package of services. The framework will be split into two parts: Part one will be a ranked framework for routine and emergency work under 5,000 GBP in value. Framework contractors will be ranked in accordance with the overall score achieved following evaluation of all tenders. Where the participating authority intends to call off the framework agreement by submission of an order and the first ranked framework Contractor is capable of meeting the participating authority's requirements, the participating authority will select the first ranked framework Contractor to undertake the work and supply a purchase order. Without prejudice to the participating authority's other rights and remedies, if the first ranked framework Contractor is unable or incapable of meeting the participating authority's requirements (as determined by the participating authority), the participating authority must consider the second ranked framework Contractor for the works and so on, cascading through the framework contractors. Part two, for Work (Services) over 5,000 GBP in value, a mini competition via Public Contracts Scotland Quick Quote will be carried out between all Contractors who are appointed to this Framework on a project-by-project basis. For all mini-competitions, the prices quoted must be at least as competitive as the Pricing Schedule. The Public Contracts (Scotland) Regulations 2015; regulation 7b allows for mini-competitions be carried out to re-open partly or fully the award criteria for the each contract of work. The award criteria for each mini-competition will be either be based on commercial only or for more complex projects a commercial and technical evaluation will be carried out and awarded on the basis of the most economically advantageous tender as set out in the procurement documents for the framework agreement.",
                "status": "complete",
                "value": {
                    "amount": 1400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality Criterion:Technical",
                            "description": "50"
                        },
                        {
                            "type": "cost",
                            "name": "Cost Criterion:Commercial",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 month extensions are available."
                }
            }
        ],
        "bidOpening": {
            "date": "2019-01-14T09:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "With reference to ESPD question 4C.2, Tenderers MUST confirm that they can meet the following Mandatory Health & Safety Requirements. Contractors must send details of any prosecutions or enforceable actions in relation to Health and Safety that have been raised against your organisation or any individuals within the past 3 years. Contractors must be CHAS registered (or SSIP equivalent). Contractors must have a Health and Safety policy implemented within their organisation that is compliant with the Health and Safety at Work Act. Please also confirm this policy is in place at all relevant locations within the supply chain and that appropriate training provided."
                },
                {
                    "type": "economic",
                    "description": "With reference to ESPD question 4B.6, GG&C will use its financial evaluation matrix to assess the financial stability of tenders. Tenderers must complete the evaluation matrix spreadsheet included in the tender documents and confirm they meet the minimum requirement score. Tenderers with a Score of 50 and above will be deemed to have evidenced satisfactory financial stability. Tenderers must be able to provide financial accounts when requested by GG&C. Failure to meet the minimum requirement score will result in a non-compliant tender and may be rejected.",
                    "minimum": "With reference to ESPD question 4B, it is a requirement of this framework that bidders hold, or can commit to obtain prior to commencement of any subsequently awarded contract, the types and levels of insurance indicated below. With reference to ESPD question 4B.5.1, the Contractor must have Employers Liability Insurance and hold a policy providing as a minimum 10 million GBP of cover. With reference to ESPD question 4B.5.2, the Contractor must have Public Liability Insurance and hold a policy providing as a minimum 10 million GBP of cover. With reference to ESPD question 4B.5.2, the Contractor must have Professional Indemnity Insurance and hold a policy providing as a minimum 5 million GBP of cover."
                },
                {
                    "type": "technical",
                    "description": "With reference to ESPD question 4C.1.2, bidders must provide examples that demonstrate they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice of the relevant section of the site notice. Examples must be to the same scale as this framework. Your examples should be from within the last 3 years for service contracts of a similar nature to this requirement. If you cannot provide any examples, you must explain why at this section in the ESPD. Your completed response must be no more than 2 pages of A4. You must use the attached template on PCST in supplier attachments to provide up to 2 examples that demonstrates experience that is relevant to this procurement exercise. You must upload the completed document next to the question 4c.1.2. DO NOT UPLOAD THIS DOCUMENT INTO THE \"GENERAL ATTACHMENTS AREA\". With reference to ESPD question 4c.10, bidders must confirm whether they intend to subcontract and, if so, for what proportion of the contract. Contractors must be able to meet the Minimum level(s) of standards required as noted in III.2) Conditions related to the contract. Should a subcontractor be proposed, they must complete a separate ESPD and submit it with the ITT response. With reference to ESPD question 4C.1.2, bidders must confirm that they are certified under (or are able to provide evidence that they are working towards) at least one of the following standards: - ISO 9001; - ISO 14001; - EMAS.",
                    "minimum": "Failure to provide any of the details required will result in a non-compliant tender and may be rejected. Please complete your response and attach to the relevant section of the ESPD."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2019-03-29T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 6
            }
        },
        "classification": {
            "id": "90650000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:691356)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000563218"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000563218"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GGC0562-1",
            "suppliers": [
                {
                    "id": "org-29",
                    "name": "Environtec Limited"
                },
                {
                    "id": "org-30",
                    "name": "hsl Compliance Ltd"
                },
                {
                    "id": "org-31",
                    "name": "Life Environmental Services"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GGC0562-1",
            "awardID": "GGC0562-1",
            "status": "active",
            "value": {
                "amount": 3500000,
                "currency": "GBP"
            },
            "dateSigned": "2019-05-20T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 229-524193"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "76",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "77",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "78",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "79",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "80",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}