Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
400 000.00
GBP
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
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Cost
/ Weighting: 40
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
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Cost
/ Weighting: 40
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 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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-027380
Section V: Award of contract
Lot No: 1
Title: Asbestos Consultancy
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/04/2022
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 12
Number of tenders received by electronic means: 12
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Environtec Limited
Environtec House, The Street, Hatfield Peverel
Chelmsford
CM32EJ
UK
Telephone: +44 1245381900
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
ENQUIN ENVIRONMENTAL LTD
ENQUIN ENVIRONMENTAL LTD, 1 Ringside Business Centre Heol Y Rhosog Wentloog
CARDIFF
CF32EW
UK
Telephone: +44 2920535090
Fax: +44 2920778633
NUTS: UKL22
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Allium Environmental Ltd
Station Road, Warmley
Bristol
BS308XG
UK
Telephone: +44 7384546273
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 400 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Asbestos Removal/Remediation
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/04/2022
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 9
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Severn Environmental Services
Somerton House, Clos Marion
Cardiff
CF104LQ
UK
Telephone: +44 7392098381
NUTS: UKL
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Asbestech Limited
Unit 3, The IO Centre, Hearle Way
Hatfield
AL109EW
UK
Telephone: +44 8456800055
NUTS: UKJ
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SHIELD ENVIRONMENTAL SERVICES LTD
SHIELD ENVIRONMENTAL SERVICES LTD, 11 Martin Road, Tremorfa Industrial Estate, Tremorfa
Cardiff
CF245SD
UK
Telephone: +44 2920448040
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 400 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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
(WA Ref:120756)
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
25/04/2022