Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
UK
Telephone: +44 2920879648
E-mail: Paynterjk@cardiff.ac.uk
NUTS: UKL
Internet address(es)
Main address: http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Asbestos Consultancy and Removal/Remediation
Reference number: CU.614.JP
II.1.2) Main CPV code
90650000
II.1.3) Type of contract
Services
II.1.4) Short description
The Provision of Asbestos Consultancy related services, including but not limited to:
Surveying, Analysis, Sampling and Air Monitoring
Asbestos removal and remediation services, including but not limited to:
Planned licensed removal work utilising enclosures.
Planned non-licensed and notifiable non-licensed work.
Support services, such as enabling access for surveyors and other workers where known ACMs pose a risk.
Emergency callouts, including clean ups and provision of decontamination units for third parties who have become contaminated on site.
II.1.5) Estimated total value
Value excluding VAT:
800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
II.2) Description
Lot No: 1
II.2.1) Title
Asbestos Consultancy
II.2.2) Additional CPV code(s)
90650000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff University
II.2.4) Description of the procurement
The Provision of Asbestos Consultancy related services, including but not limited to:
Surveying, Analysis, Sampling and Air Monitoring
All Asbestos Consultancy services must be carried out in accordance with the relevant Health and Safety Executive guidance manuals, and meet the minimum requirements set out in the Control of Asbestos Regulations 2012 (CAR2012).
Asbestos consultancies must be UKAS accredited to both ISO/IEC 17020:2012 for inspections and ISO/IEC17025:2017 for analytical/laboratory services.
All operatives shall comply with prevailing Health and Safety legislation as well as Cardiff University Estates procedure manuals.
Prior to working on site, all operatives must undergo a Cardiff University Estates safety induction and be issued with a contractor ID card. The induction must be refreshed, and ID card re-issued annually.
Risk assessments must be carried out and adhered to for all activities.
All surveyors and analysts must be deemed as competent and will have been directly with the Supplier for a minimum of 3 months prior to working on Cardiff University sites.
All operatives carrying out Asbestos surveys or Bulk Sampling must hold the BOHS P402 certificate as a minimum.
Lead surveyors must be trained in respect of any health and safety risks highlighted in their risk assessments I.E., confined spaces, working on mobile tower scaffolds (PASMA) etc.
At least one member of the Supplier’s survey team must hold a valid first aid certificate.
For air monitoring services including clearance testing, the Supplier’s analysts must hold BOHS P403 and BOHS P404 certificates as a minimum.
For bulk sample analysis, the Supplier’s lab technicians must hold a BOHS P401 certificate as a minimum.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
2 x 12 Month extension options available.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Asbestos Removal/Remediation
II.2.2) Additional CPV code(s)
90650000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff University
II.2.4) Description of the procurement
Asbestos removal and remediation services, including but not limited to:
Planned licensed removal work utilising enclosures.
Planned non-licensed and notifiable non-licensed work.
Support services, such as enabling access for surveyors and other workers where known ACMs pose a risk.
Emergency callouts, including clean ups and provision of decontamination units for third parties who have become contaminated on site.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
2 x 12 months extension options available
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated in the Invitation to Tender (ITT) documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 6
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/12/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
13/12/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
November 2024
VI.3) Additional information
All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.
The University reserves the right to award the Framework in whole or in part.
The University reserves the right to annul the tendering process and not award any contract.
All documents to be priced in GBP and all payments made in GBP.
All documents to be priced in GBP excluding VAT
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=115384.
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 Community Benefits included in this contract are:
As stated in the ITT documents
(WA Ref:115384)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
02/11/2021