Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Aberdeen
University Office, King's College
Aberdeen
AB24 3FX
UK
E-mail: e-sourcing@abdn.ac.uk
NUTS: UKM50
Internet address(es)
Main address: http://www.abdn.ac.uk/procurement
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00102
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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 Removal and Asbestos Analytical Work - University of Aberdeen
Reference number: AU22/28
II.1.2) Main CPV code
90650000
II.1.3) Type of contract
Services
II.1.4) Short description
The University of Aberdeen Estates Section is currently undertaking a project to select, procure and implement a ranked framework for Asbestos Removal and Analytical works that best meet the needs of the University and its customers.
Lot 1 will be for an Asbestos Removal Contractor with Lot 2 being for Asbestos Analyst services. Tenderers will be able to bid for both lots but those appointed to the framework of one lot cannot be considered for the other lot due to the nature of the need for division of responsibility.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
REMOVAL AND DISPOSAL
II.2.2) Additional CPV code(s)
90650000
II.2.3) Place of performance
NUTS code:
UKM50
II.2.4) Description of the procurement
Removal and disposal of asbestos will be for various areas within both domestic and non domestic properties. All removals will be per property and will include for the disposal of asbestos containing/homogeneous material and the disposal of any materials /goods which are contaminated. All enclosures required to carry out the works must be provided and include the decontamination, removal and disposal of the enclosure on completion of works.
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Delivery
/ Weighting: 65
Quality criterion: Sustainability
/ Weighting: 5
Price
/ Weighting:
30
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:
We anticipate the contract to be for a period of 2 years with an optional extension period of 2 years depending on satisfactorily performance by the Contractors and by mutual agreement and on the basis of any Adjustments agreed upon.
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
ANALYTICAL SERVICES
II.2.2) Additional CPV code(s)
90650000
II.2.3) Place of performance
NUTS code:
UKM50
II.2.4) Description of the procurement
Analytical services are required for site clearance, sampling and air monitoring within University properties. Services that are required but are not limited to 4 stage clearances, visual inspections and subsequent reassurance air tests, leak testing, background testing and sampling from various sources.
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Delivery
/ Weighting: 65
Quality criterion: Sustainability
/ Weighting: 5
Price
/ Weighting:
30
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:
We anticipate the contract to be for a period of 2 years with an optional extension period of 2 years depending on satisfactorily performance by the Contractors and by mutual agreement and on the basis of any Adjustments agreed upon.
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.1.2) Economic and financial standing
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: 4
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:
21/09/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
21/09/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22144. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:703857)
VI.4) Procedures for review
VI.4.1) Review body
Aberdeen Sheriff Court
Aberdeen
UK
VI.5) Date of dispatch of this notice
22/08/2022