Notice Information
Notice Title
Asbestos Removal and Remediation Works Framework Agreement
Notice Description
The University of Edinburgh is looking to appoint HSE licenced asbestos removal contractors (LARC) to carry out all types of work with asbestos throughout the estate. Successful contractors will form part of the wider asbestos Estates Health and Safety Management team that will share best practice and have a proactive approach to the continuous improvement of the service over the contract period. Given the significant size, diversity of buildings and widespread location of the University's estate, it is proposed to create a multi lot, multi supplier framework agreement that captures all requirements under one procurement tender exercise. For all Lots, services will include, but not be limited to: Licenced asbestos removal work Non licenced asbestos removal work Notifiable non-licenced asbestos removal work Re-insulation and Reinstatement Attendance to emergency situations The provision of expert professional advice The framework agreement will be tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise the framework agreement at any time during the life of the framework period. The proposed contract period is an initial 2 year framework with an option to extend for a further 1 plus 1 year to 2025. The framework is divided into two Lots. Lot 1 Contracts of the value of less than 50k GBP (excluding VAT). Lot 2 Contracts of the value of 50k GBP or more (excluding VAT). Suppliers can bid for one or both lots. All bidders shall be required to be holders of an Asbestos Removal Licence issued by the Health and Safety Executive (HSE). All successful suppliers awarded to the framework will be required to hold an unrestricted HSE licence for asbestos removal and hold a valid waste carrier's licence (should they transport the waste) or ensure they contract with a supplier that does. H&S legislation to apply: Health and Safety at Work etc. Act 1974 and any regulations made under Section 15 by the Secretary of State including: Control of Asbestos Regulations 2012, Construction (Design and Management) 2015, Work at Height Regulations 2005, Management of Health and Safety at Work Regulations 1999. The Bidder shall note this is not an exhaustive list. It is an expectation that all asbestos remediation detailed in this contract will be undertaken by directly employed, appropriately trained asbestos removal operatives. Sub-contracting is permissible for specialist activities e.g service isolation, testing and purging, access provision and re-instatement/protection works. Terms and Conditions of Contract. Framework Agreement and Direct Awards below 50k GBP University of Edinburgh Standard Terms and Conditions Relating to the Purchase of Goods and Services will apply. Mini Tenders 50k GBP and above SBCC Minor Works Building Contract with Contractor's Design for use in Scotland (MWD/Scot), 2016 edition will apply. University requires a 10 day standstill period will be applied to this regulated procurement.
Lot Information
Lot 2 - Contracts of the value of GBP 50k or more (excluding VAT)
Bidders may bid for one or both Lots. Stage 1 - Pre-Qualification via the submission of the completed ESPD (Scotland). The same questions apply to Lots 1 and 2. Bidders should answer all questions, regardless of whether they are bidding for one or both Lots. Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification and technical envelope of PCS-T. Statements detailing the specific requirements can be found within Section III 1.1 & 1.2 and Section VI (VI.3) of the Contract Notice. Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within Section III 1.3 of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within the tender and contract notice. We will take the required number of highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the bidders with the required capabilities. In any event the number of bidders invited shall be sufficient to ensure genuine competition. It is proposed the ten highest scoring bidders scoring 50 percent and above for Lot 2 will be taken through to the ITT stage and invited to submit a tender. Stage 2 ITT for Lots 1 and 2. A weighting of 60 percent Technical and 40 percent Commercial will apply. A Technical assessment will be carried out based on a written submission with a weighting of 42 percent and a virtual presentation with a weighting of 18 percent. All bidders will participate in all aspects of the technical assessment. The presentation will focus mainly on a demonstration of technical capability. Bidders will be asked to provide a video illustrating a project they have nominated which demonstrates their ability to construct an enclosure, demonstrate their ability to carry out removal work, transit, segregate their activities and provide before and after images of the work carried out. The project method statement and accompanying commentary will also be requested. Bidders will be required to achieve a minimum technical score of 36 percent or more (out of a maximum technical score of 60 percent) in order to progress through to the commercial evaluation. Lot 2 the four highest scoring bidders who have achieved a technical score of 36 percent or more (out of a maximum technical score of 60 percent) will be invited on to the framework. Where the number of bidders meeting the award criteria is below the required number, the University may still continue with the award procedure if it is deemed the number of bidders invited shall be sufficient to ensure genuine competition. The University requires a 10 day standstill period will be applied to this regulated procurement.. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Renewal: The proposed contract period is an initial 2 year framework with an option to extend for a further 1 plus 1 year to 2025. Estimated Value based on 4 years.
Lot 1 - Contracts of the value of less than GBP 50k (excluding VAT)Bidders may bid for one or both Lots. Stage 1 - Pre-Qualification via the submission of the completed ESPD (Scotland). The same questions apply to Lots 1 and 2. Bidders should answer all questions, regardless of whether they are bidding for one or both Lots. Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification and technical envelope of PCS-T. Statements detailing the specific requirements can be found within Section III 1.1 & 1.2 and Section VI (VI.3) of the Contract Notice. Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within Section III 1.3 of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within the tender and contract notice. We will take the required number of highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the bidders with the required capabilities. In any event the number of bidders invited shall be sufficient to ensure genuine competition. It is proposed the six highest scoring bidders scoring 50 percent and above for Lot 1 will be taken through to the ITT stage and invited to submit a tender. Stage 2 ITT for Lots 1 and 2. A weighting of 60 percent Technical and 40 percent Commercial will apply. A Technical assessment will be carried out based on a written submission with a weighting of 42 percent and a virtual presentation with a weighting of 18 percent. All bidders will participate in all aspects of the technical assessment. The presentation will focus mainly on a demonstration of technical capability. Bidders will be asked to provide a video illustrating a project they have nominated which demonstrates their ability to construct an enclosure, demonstrate their ability to carry out removal work, transit, segregate their activities and provide before and after images of the work carried out. The project method statement and accompanying commentary will also be requested. Bidders will be required to achieve a minimum technical score of 36 percent or more (out of a maximum technical score of 60 percent) in order to progress through to the commercial evaluation. Lot 1 the three highest scoring bidders who have achieved a technical score of 36 percent or more (out of a maximum technical score of 60 percent) will be invited on to the framework. Where the number of bidders meeting the award criteria is below the required number, the University may still continue with the award procedure if it is deemed the number of bidders invited shall be sufficient to ensure genuine competition. The University requires a 10 day standstill period will be applied to this regulated procurement.. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Renewal: The proposed contract period is an initial 2 year framework with an option to extend for a further 1 plus 1 year to 2025. Estimated Value is based on 4 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000634948
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG424009
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45262660 - Asbestos-removal work
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- £2,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £2,000,000 £1M-£10M
Notice Dates
- Publication Date
- 10 Aug 20214 years ago
- Submission Deadline
- 7 Dec 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 10 Aug 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 12 months prior to framework expiry date.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Maria Dick
- Contact Email
- maria.dick@ed.ac.uk
- Contact Phone
- +44 1316502508
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH1 1HT
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV398753
Asbestos Removal and Remediation Works Framework Agreement - The University of Edinburgh is looking to appoint HSE licenced asbestos removal contractors (LARC) to carry out all types of work with asbestos throughout the estate. Successful contractors will form part of the wider asbestos Estates Health and Safety Management team that will share best practice and have a proactive approach to the continuous improvement of the service over the contract period. Given the significant size, diversity of buildings and widespread location of the University's estate, it is proposed to create a multi lot, multi supplier framework agreement that captures all requirements under one procurement tender exercise. For all Lots, services will include, but not be limited to: Licenced asbestos removal work Non licenced asbestos removal work Notifiable non-licenced asbestos removal work Re-insulation and Reinstatement Attendance to emergency situations The provision of expert professional advice The framework agreement will be tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise the framework agreement at any time during the life of the framework period. The proposed contract period is an initial 2 year framework with an option to extend for a further 1 plus 1 year to 2025. The framework is divided into two Lots. Lot 1 Contracts of the value of less than 50k GBP (excluding VAT). Lot 2 Contracts of the value of 50k GBP or more (excluding VAT). Suppliers can bid for one or both lots. All bidders shall be required to be holders of an Asbestos Removal Licence issued by the Health and Safety Executive (HSE). All successful suppliers awarded to the framework will be required to hold an unrestricted HSE licence for asbestos removal and hold a valid waste carrier's licence (should they transport the waste) or ensure they contract with a supplier that does. H&S legislation to apply: Health and Safety at Work etc. Act 1974 and any regulations made under Section 15 by the Secretary of State including: Control of Asbestos Regulations 2012, Construction (Design and Management) 2015, Work at Height Regulations 2005, Management of Health and Safety at Work Regulations 1999. The Bidder shall note this is not an exhaustive list. It is an expectation that all asbestos remediation detailed in this contract will be undertaken by directly employed, appropriately trained asbestos removal operatives. Sub-contracting is permissible for specialist activities e.g service isolation, testing and purging, access provision and re-instatement/protection works. Terms and Conditions of Contract. Framework Agreement and Direct Awards below 50k GBP University of Edinburgh Standard Terms and Conditions Relating to the Purchase of Goods and Services will apply. Mini Tenders 50k GBP and above SBCC Minor Works Building Contract with Contractor's Design for use in Scotland (MWD/Scot), 2016 edition will apply. University requires a 10 day standstill period will be applied to this regulated procurement. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG424009
Asbestos Removal and Remediation Works Framework Agreement - The University of Edinburgh is looking to appoint HSE licenced asbestos removal contractors (LARC) to carry out all types of work with asbestos throughout the estate. Successful contractors will form part of the wider asbestos Estates Health and Safety Management team that will share best practice and have a proactive approach to the continuous improvement of the service over the contract period. Given the significant size, diversity of buildings and widespread location of the University's estate, it is proposed to create a multi lot, multi supplier framework agreement that captures all requirements under one procurement tender exercise. For all Lots, services will include, but not be limited to: Licenced asbestos removal work Non licenced asbestos removal work Notifiable non-licenced asbestos removal work Re-insulation and Reinstatement Attendance to emergency situations The provision of expert professional advice The framework agreement will be tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise the framework agreement at any time during the life of the framework period. The proposed contract period is an initial 2 year framework with an option to extend for a further 1 plus 1 year to 2025. The framework is divided into two Lots. Lot 1 Contracts of the value of less than 50k GBP (excluding VAT). Lot 2 Contracts of the value of 50k GBP or more (excluding VAT). Suppliers can bid for one or both lots. All bidders shall be required to be holders of an Asbestos Removal Licence issued by the Health and Safety Executive (HSE). All successful suppliers awarded to the framework will be required to hold an unrestricted HSE licence for asbestos removal and hold a valid waste carrier's licence (should they transport the waste) or ensure they contract with a supplier that does. H&S legislation to apply: Health and Safety at Work etc. Act 1974 and any regulations made under Section 15 by the Secretary of State including: Control of Asbestos Regulations 2012, Construction (Design and Management) 2015, Work at Height Regulations 2005, Management of Health and Safety at Work Regulations 1999. The Bidder shall note this is not an exhaustive list. It is an expectation that all asbestos remediation detailed in this contract will be undertaken by directly employed, appropriately trained asbestos removal operatives. Sub-contracting is permissible for specialist activities e.g service isolation, testing and purging, access provision and re-instatement/protection works. Terms and Conditions of Contract. Framework Agreement and Direct Awards below 50k GBP University of Edinburgh Standard Terms and Conditions Relating to the Purchase of Goods and Services will apply. Mini Tenders 50k GBP and above SBCC Minor Works Building Contract with Contractor's Design for use in Scotland (MWD/Scot), 2016 edition will apply. University requires a 10 day standstill period will be applied to this regulated procurement.
Notice URLs
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-r6ebe6-0000634948-2021-08-10T00:00:00Z",
"date": "2021-08-10T00:00:00Z",
"ocid": "ocds-r6ebe6-0000634948",
"initiationType": "tender",
"parties": [
{
"id": "org-157",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"email": "maria.dick@ed.ac.uk",
"telephone": "+44 1316502508",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-11",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-233",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT"
},
"contactPoint": {
"name": "Maria Dick",
"email": "maria.dick@ed.ac.uk",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.ed.ac.uk/schools-departments/procurement/supplying"
}
},
{
"id": "org-363",
"name": "Rhodar Limited",
"identifier": {
"legalName": "Rhodar Limited"
},
"address": {
"streetAddress": "Unit 2a, Block 16, Clydesmill Road, Cambuslang Investment Park",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G32 8RE"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-364",
"name": "The Erith Group",
"identifier": {
"legalName": "The Erith Group"
},
"address": {
"streetAddress": "Erith House, Queen Street",
"locality": "Erith",
"region": "UK",
"postalCode": "DA8 1RP"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-365",
"name": "Aspect Contracts LTD",
"identifier": {
"legalName": "Aspect Contracts LTD"
},
"address": {
"streetAddress": "Aspect House, Honywood Road",
"locality": "Basildon, Essex",
"region": "UK",
"postalCode": "SS143DS"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-80",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "University Of Edinburgh",
"id": "org-233"
},
"tender": {
"id": "LIT0663",
"title": "Asbestos Removal and Remediation Works Framework Agreement",
"description": "The University of Edinburgh is looking to appoint HSE licenced asbestos removal contractors (LARC) to carry out all types of work with asbestos throughout the estate. Successful contractors will form part of the wider asbestos Estates Health and Safety Management team that will share best practice and have a proactive approach to the continuous improvement of the service over the contract period. Given the significant size, diversity of buildings and widespread location of the University's estate, it is proposed to create a multi lot, multi supplier framework agreement that captures all requirements under one procurement tender exercise. For all Lots, services will include, but not be limited to: Licenced asbestos removal work Non licenced asbestos removal work Notifiable non-licenced asbestos removal work Re-insulation and Reinstatement Attendance to emergency situations The provision of expert professional advice The framework agreement will be tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise the framework agreement at any time during the life of the framework period. The proposed contract period is an initial 2 year framework with an option to extend for a further 1 plus 1 year to 2025. The framework is divided into two Lots. Lot 1 Contracts of the value of less than 50k GBP (excluding VAT). Lot 2 Contracts of the value of 50k GBP or more (excluding VAT). Suppliers can bid for one or both lots. All bidders shall be required to be holders of an Asbestos Removal Licence issued by the Health and Safety Executive (HSE). All successful suppliers awarded to the framework will be required to hold an unrestricted HSE licence for asbestos removal and hold a valid waste carrier's licence (should they transport the waste) or ensure they contract with a supplier that does. H&S legislation to apply: Health and Safety at Work etc. Act 1974 and any regulations made under Section 15 by the Secretary of State including: Control of Asbestos Regulations 2012, Construction (Design and Management) 2015, Work at Height Regulations 2005, Management of Health and Safety at Work Regulations 1999. The Bidder shall note this is not an exhaustive list. It is an expectation that all asbestos remediation detailed in this contract will be undertaken by directly employed, appropriately trained asbestos removal operatives. Sub-contracting is permissible for specialist activities e.g service isolation, testing and purging, access provision and re-instatement/protection works. Terms and Conditions of Contract. Framework Agreement and Direct Awards below 50k GBP University of Edinburgh Standard Terms and Conditions Relating to the Purchase of Goods and Services will apply. Mini Tenders 50k GBP and above SBCC Minor Works Building Contract with Contractor's Design for use in Scotland (MWD/Scot), 2016 edition will apply. University requires a 10 day standstill period will be applied to this regulated procurement.",
"status": "complete",
"items": [
{
"id": "2",
"additionalClassifications": [
{
"id": "45262660",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "2"
},
{
"id": "1",
"additionalClassifications": [
{
"id": "45262660",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-12-07T12:00:00Z"
},
"documents": [
{
"id": "NOV398753",
"documentType": "contractNotice",
"title": "Asbestos Removal and Remediation Works Framework Agreement",
"description": "The University of Edinburgh is looking to appoint HSE licenced asbestos removal contractors (LARC) to carry out all types of work with asbestos throughout the estate. Successful contractors will form part of the wider asbestos Estates Health and Safety Management team that will share best practice and have a proactive approach to the continuous improvement of the service over the contract period. Given the significant size, diversity of buildings and widespread location of the University's estate, it is proposed to create a multi lot, multi supplier framework agreement that captures all requirements under one procurement tender exercise. For all Lots, services will include, but not be limited to: Licenced asbestos removal work Non licenced asbestos removal work Notifiable non-licenced asbestos removal work Re-insulation and Reinstatement Attendance to emergency situations The provision of expert professional advice The framework agreement will be tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise the framework agreement at any time during the life of the framework period. The proposed contract period is an initial 2 year framework with an option to extend for a further 1 plus 1 year to 2025. The framework is divided into two Lots. Lot 1 Contracts of the value of less than 50k GBP (excluding VAT). Lot 2 Contracts of the value of 50k GBP or more (excluding VAT). Suppliers can bid for one or both lots. All bidders shall be required to be holders of an Asbestos Removal Licence issued by the Health and Safety Executive (HSE). All successful suppliers awarded to the framework will be required to hold an unrestricted HSE licence for asbestos removal and hold a valid waste carrier's licence (should they transport the waste) or ensure they contract with a supplier that does. H&S legislation to apply: Health and Safety at Work etc. Act 1974 and any regulations made under Section 15 by the Secretary of State including: Control of Asbestos Regulations 2012, Construction (Design and Management) 2015, Work at Height Regulations 2005, Management of Health and Safety at Work Regulations 1999. The Bidder shall note this is not an exhaustive list. It is an expectation that all asbestos remediation detailed in this contract will be undertaken by directly employed, appropriately trained asbestos removal operatives. Sub-contracting is permissible for specialist activities e.g service isolation, testing and purging, access provision and re-instatement/protection works. Terms and Conditions of Contract. Framework Agreement and Direct Awards below 50k GBP University of Edinburgh Standard Terms and Conditions Relating to the Purchase of Goods and Services will apply. Mini Tenders 50k GBP and above SBCC Minor Works Building Contract with Contractor's Design for use in Scotland (MWD/Scot), 2016 edition will apply. University requires a 10 day standstill period will be applied to this regulated procurement.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV398753",
"format": "text/html"
},
{
"id": "AUG424009",
"documentType": "awardNotice",
"title": "Asbestos Removal and Remediation Works Framework Agreement",
"description": "The University of Edinburgh is looking to appoint HSE licenced asbestos removal contractors (LARC) to carry out all types of work with asbestos throughout the estate. Successful contractors will form part of the wider asbestos Estates Health and Safety Management team that will share best practice and have a proactive approach to the continuous improvement of the service over the contract period. Given the significant size, diversity of buildings and widespread location of the University's estate, it is proposed to create a multi lot, multi supplier framework agreement that captures all requirements under one procurement tender exercise. For all Lots, services will include, but not be limited to: Licenced asbestos removal work Non licenced asbestos removal work Notifiable non-licenced asbestos removal work Re-insulation and Reinstatement Attendance to emergency situations The provision of expert professional advice The framework agreement will be tendered on behalf of the University of Edinburgh and all University of Edinburgh Subsidiary Companies. Any and all of the University of Edinburgh's Subsidiary Companies may access and utilise the framework agreement at any time during the life of the framework period. The proposed contract period is an initial 2 year framework with an option to extend for a further 1 plus 1 year to 2025. The framework is divided into two Lots. Lot 1 Contracts of the value of less than 50k GBP (excluding VAT). Lot 2 Contracts of the value of 50k GBP or more (excluding VAT). Suppliers can bid for one or both lots. All bidders shall be required to be holders of an Asbestos Removal Licence issued by the Health and Safety Executive (HSE). All successful suppliers awarded to the framework will be required to hold an unrestricted HSE licence for asbestos removal and hold a valid waste carrier's licence (should they transport the waste) or ensure they contract with a supplier that does. H&S legislation to apply: Health and Safety at Work etc. Act 1974 and any regulations made under Section 15 by the Secretary of State including: Control of Asbestos Regulations 2012, Construction (Design and Management) 2015, Work at Height Regulations 2005, Management of Health and Safety at Work Regulations 1999. The Bidder shall note this is not an exhaustive list. It is an expectation that all asbestos remediation detailed in this contract will be undertaken by directly employed, appropriately trained asbestos removal operatives. Sub-contracting is permissible for specialist activities e.g service isolation, testing and purging, access provision and re-instatement/protection works. Terms and Conditions of Contract. Framework Agreement and Direct Awards below 50k GBP University of Edinburgh Standard Terms and Conditions Relating to the Purchase of Goods and Services will apply. Mini Tenders 50k GBP and above SBCC Minor Works Building Contract with Contractor's Design for use in Scotland (MWD/Scot), 2016 edition will apply. University requires a 10 day standstill period will be applied to this regulated procurement.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG424009",
"format": "text/html"
}
],
"lots": [
{
"id": "2",
"title": "Lot 2 - Contracts of the value of GBP 50k or more (excluding VAT)",
"description": "Bidders may bid for one or both Lots. Stage 1 - Pre-Qualification via the submission of the completed ESPD (Scotland). The same questions apply to Lots 1 and 2. Bidders should answer all questions, regardless of whether they are bidding for one or both Lots. Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification and technical envelope of PCS-T. Statements detailing the specific requirements can be found within Section III 1.1 & 1.2 and Section VI (VI.3) of the Contract Notice. Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within Section III 1.3 of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within the tender and contract notice. We will take the required number of highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the bidders with the required capabilities. In any event the number of bidders invited shall be sufficient to ensure genuine competition. It is proposed the ten highest scoring bidders scoring 50 percent and above for Lot 2 will be taken through to the ITT stage and invited to submit a tender. Stage 2 ITT for Lots 1 and 2. A weighting of 60 percent Technical and 40 percent Commercial will apply. A Technical assessment will be carried out based on a written submission with a weighting of 42 percent and a virtual presentation with a weighting of 18 percent. All bidders will participate in all aspects of the technical assessment. The presentation will focus mainly on a demonstration of technical capability. Bidders will be asked to provide a video illustrating a project they have nominated which demonstrates their ability to construct an enclosure, demonstrate their ability to carry out removal work, transit, segregate their activities and provide before and after images of the work carried out. The project method statement and accompanying commentary will also be requested. Bidders will be required to achieve a minimum technical score of 36 percent or more (out of a maximum technical score of 60 percent) in order to progress through to the commercial evaluation. Lot 2 the four highest scoring bidders who have achieved a technical score of 36 percent or more (out of a maximum technical score of 60 percent) will be invited on to the framework. Where the number of bidders meeting the award criteria is below the required number, the University may still continue with the award procedure if it is deemed the number of bidders invited shall be sufficient to ensure genuine competition. The University requires a 10 day standstill period will be applied to this regulated procurement.. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "complete",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 10,
"maximumCandidates": 10
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The proposed contract period is an initial 2 year framework with an option to extend for a further 1 plus 1 year to 2025. Estimated Value based on 4 years."
}
},
{
"id": "1",
"title": "Lot 1 - Contracts of the value of less than GBP 50k (excluding VAT)",
"description": "Bidders may bid for one or both Lots. Stage 1 - Pre-Qualification via the submission of the completed ESPD (Scotland). The same questions apply to Lots 1 and 2. Bidders should answer all questions, regardless of whether they are bidding for one or both Lots. Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification and technical envelope of PCS-T. Statements detailing the specific requirements can be found within Section III 1.1 & 1.2 and Section VI (VI.3) of the Contract Notice. Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within Section III 1.3 of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within the tender and contract notice. We will take the required number of highest scoring bidders, scoring 50 percent and above, through to the Invitation to Tender (ITT) stage and they will be invited to submit a tender. Where the number of bidders meeting the selection criteria is below the minimum number, the University may continue the procedure by inviting the bidders with the required capabilities. In any event the number of bidders invited shall be sufficient to ensure genuine competition. It is proposed the six highest scoring bidders scoring 50 percent and above for Lot 1 will be taken through to the ITT stage and invited to submit a tender. Stage 2 ITT for Lots 1 and 2. A weighting of 60 percent Technical and 40 percent Commercial will apply. A Technical assessment will be carried out based on a written submission with a weighting of 42 percent and a virtual presentation with a weighting of 18 percent. All bidders will participate in all aspects of the technical assessment. The presentation will focus mainly on a demonstration of technical capability. Bidders will be asked to provide a video illustrating a project they have nominated which demonstrates their ability to construct an enclosure, demonstrate their ability to carry out removal work, transit, segregate their activities and provide before and after images of the work carried out. The project method statement and accompanying commentary will also be requested. Bidders will be required to achieve a minimum technical score of 36 percent or more (out of a maximum technical score of 60 percent) in order to progress through to the commercial evaluation. Lot 1 the three highest scoring bidders who have achieved a technical score of 36 percent or more (out of a maximum technical score of 60 percent) will be invited on to the framework. Where the number of bidders meeting the award criteria is below the required number, the University may still continue with the award procedure if it is deemed the number of bidders invited shall be sufficient to ensure genuine competition. The University requires a 10 day standstill period will be applied to this regulated procurement.. Please note: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "complete",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 6,
"maximumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The proposed contract period is an initial 2 year framework with an option to extend for a further 1 plus 1 year to 2025. Estimated Value is based on 4 years."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2021-01-11T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "ESPD 4A.1 Statement [WORKS AND GOODS CONTRACTS] 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 (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015). ESPD 4A.2 Statement Bidders must confirm they hold the particular authorisation or memberships. Lot 1 and 2: A full unrestricted licence from HSE for asbestos removal and hold a valid waste carrier's licence (should they transport the waste) or ensure they contract with a supplier that does"
},
{
"type": "economic",
"description": "ESPD 4B.1.1 Statement The 'Turnover Test' will be treated as a pass/fail. To recognise the impact of COVID-19 on the ability of bidders to carry out work and generate revenue, bidders will be required to submit audited financial statements for the 3 financial years prior to 31 March 2020 so that the national COVID-19 lockdown period is not included and does not impact on the turnover test. These accounts will also be used to calculate the other ratios which are indicative of Economic and Financial Standing (EFS) , AS DETAILED IN APPENDIX A WITHIN THE TENDER PACKAGE ON PCS-T, but not subject to a pass/fail. In addition audited financial statements or management accounts endorsed by the bidder's Chief Finance Officer or equivalent for the period starting immediately after the last set of audited financial statements to date will be required. Where a bidder is part of a group then an Ultimate Parent Guarantee may be required. Immediately prior to the award current management accounts endorsed by the bidder's Chief Finance Officer or equivalent will be requested to complete the ratio analysis. A significant deterioration in EFS will not necessarily disqualify the bidder but further discussion and/or performance bonds may be required. Lot 1 - Bidders will be required to have a minimum \"general\" yearly turnover of 1,000,000 GBP for the last 3 years. Lot 2 - Bidders will be required to have a minimum \"general\" yearly turnover of 1,000,000 GBP for the last 3 years. If the Bidder is bidding for both Lots, the minimum \"general\" yearly turnover will be an accumulation of the Lots bid for (2, 000,000) for the last 3 years."
},
{
"type": "technical",
"description": "ESPD 4C.1 Statement [WORKS ONLY] Bidders will be required to provide examples of works carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Contract Notice. ESPD 4C.4 Statement Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the Contract Notice."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 7
}
},
"classification": {
"id": "45262660",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "12 months prior to framework expiry date."
}
},
"language": "EN",
"description": "NOTE: Bidders must complete the ESPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the ESPD Supplier Response Forms (MO Excel document) attached to ESPD question 2C.1.1 on PCS-T. These parties must complete the first three sections of the ESPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria. Note: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in ESPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations for certain organisations under: -the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted), -the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN) - the Equality Act 2010, in regards to the protected characteristics of age, disability, gender reassignment, marriage and civil partnership, pregnancy and maternity, race, religion or belief, sex and sexual orientation (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) -the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority's economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The nature of the Community Benefits to be delivered will be set out in the tender documents (SC Ref:663537)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000634948"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000634948"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "LIT0663-1",
"title": "Lot 1 - Contracts of the value of less than GBP 50k (excluding VAT)",
"suppliers": [
{
"id": "org-363",
"name": "Rhodar Limited"
},
{
"id": "org-364",
"name": "The Erith Group"
},
{
"id": "org-365",
"name": "Aspect Contracts LTD"
}
],
"relatedLots": [
"1"
]
},
{
"id": "LIT0663-2",
"title": "Lot 2 - Contracts of the value of GBP 50k or more (excluding VAT)",
"suppliers": [
{
"id": "org-363",
"name": "Rhodar Limited"
},
{
"id": "org-364",
"name": "The Erith Group"
},
{
"id": "org-365",
"name": "Aspect Contracts LTD"
}
],
"relatedLots": [
"2"
]
}
],
"contracts": [
{
"id": "LIT0663-1",
"awardID": "LIT0663-1",
"title": "Lot 1 - Contracts of the value of less than GBP 50k (excluding VAT)",
"status": "active",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"dateSigned": "2021-08-10T00:00:00Z"
},
{
"id": "LIT0663-2",
"awardID": "LIT0663-2",
"title": "Lot 2 - Contracts of the value of GBP 50k or more (excluding VAT)",
"status": "active",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"dateSigned": "2021-08-10T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "988",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "989",
"measure": "smeBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "990",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "991",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "992",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "993",
"measure": "bids",
"value": 7,
"relatedLot": "2"
},
{
"id": "994",
"measure": "smeBids",
"value": 7,
"relatedLot": "2"
},
{
"id": "995",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "996",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "997",
"measure": "electronicBids",
"value": 7,
"relatedLot": "2"
}
]
}
}