SLAM Procurement: Provision of Asbestos Services

  SLAM Procurement has published this notice through Delta eSourcing

Notice Summary
Title: Provision of Asbestos Services
Notice type: Contract Notice
Authority: SLAM Procurement
Nature of contract: Services
Procedure: Accelerated restricted
Short Description: Asbestos Services & works
Published: 01/02/2013 08:58

View Full Notice

UK-Beckenham: Asbestos-removal work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      South London and Maudsley NHS Foundation Trust
      Bethlem Royal Hospital, Monks Orchard Road, Beckenham, Kent, United Kingdom
      URL: www.slam.nhs.uk, URL: www.slam.nhs.uk
      Contact: Queries relating to your submission should be via the Response Manager, Attn: Patrick Dunne
      Electronic Access URL: To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/4DWS4KBZ24
      Electronic Submission URL: www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Health

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Provision of Asbestos Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKJ4 - Kent         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Asbestos-removal work. Asbestos removal services. Asbestos Services & works
         
      II.1.6)Common Procurement Vocabulary:
         45262660 - Asbestos-removal work.
         
         90650000 - Asbestos removal services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      As detailed in the Invitation to Tender Documents         
         Estimated value excluding VAT: 0.1
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 1
                            
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      As detailed in the Invitation to Tender Documents.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As detailed in the Invitation to Tender Documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      As detailed in the Invitation to Tender Documents.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following Access Code: 4DWS4KBZ24. Please ensure you follow any instruction provided to you here.

Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. The closing date and time is final. Failure to abide by the timescales will automatically result in disqualification.

If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.



SLAM supplies service utilises the NHS supplier information database (Sid4Health) to manage and assess general Supplier information in the form of a profile. Candidates are requested to provide their profile on the Sid4Health as follows:
a) candidates should register on Sid4health at http://www.sid4health.nhs.uk by clicking on the register organisation tab and select the supplier button. To continue with the registration process Suppliers must have a current DUNS Number. If a supplier does not have a DUNS number there is a link to the D&B UK website to request a DUNS supplier number. Suppliers who already have a published profile on Sid4Health must confirm that information is up to date;      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         As detailed in the Invitation to Tender Documents.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         
         Information and formalities necessary for evaluating if requirements are met:
         As detailed in the Invitation to Tender Documents.         
         Minimum Level(s) of standards possibly required:
         As detailed in the Invitation to Tender Documents.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Yes       
      If yes, reference to relevant law, regulation or administrative provision:
      Control of Asbestos Regulations 2012.      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Accelerated Restricted
         Justification for the choice of accelerated procedure: Urgent operational requirment      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 8         
         Objective Criteria for choosing the limited number of candidates:
         As detailed in the Invitation to Tender Documents.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: P/09/13      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 15/02/2013
         Time: 17:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).However, any selection of tenderers will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender. However, any selection of tenderers will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).However, any selection of tenderers will be based solely on the criteria set out for the procurement and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=47382125
GO-201321-PRO-4558555 TKR-201321-PRO-4558554
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      South London & Maudsley NHS Foundation Trust
      Bethlem Royal Hospital, Monks Orchard Road, Beckenham, BR3 3BX, United Kingdom
      URL: www.slam.nhs.uk

      VI.4.2)Lodging of appeals: SLaM will incorporate a minimum 10 calendar days standstill period at the point information on the decision to award the contract is communicated to tenderers. This decision notice will incorporate the award criteria, the reasons for the decision, the reasons (if any) why a tenderer did not meet any technical specification, the identity of the successful tenderer(s) and a precise statement of when the standstill period is expected to end. Any appeal or challenge against the award decision must be communicated to the address stated in Section I.1 within the standstill period. If an appeal or challenge regarding the decision to award the contract has not been successfully resolved the Public Contracts Regulations 2006 (as amended) provide for aggrieved parties who have suffered harm or are at risk of harm by a breach of the procurement rules to take action in the High Court (England Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months) (NB this time limit may be reduced to 30 days in circumstances where the contract award has been publicised to all participants in accordance with the Regulations). Where a legal challenge is launched against the award decision SLaM is obliged to suspend the making of the contract. Where a challenge is made after the contract has been entered into then that contract could be declared ineffective and/or shortened and/or a fine imposed by the court, but only where the courts are satisfied that there has been a serious breach of the procurement rules.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 01/02/2013

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      Guys and St Thom NHS Foundation Trust
      Westminster Bridge, London, SE1 7EH, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         2: Contracting Authority
      Kings College Hospital NHS Foundation Trust
      Denmark Hill, London, SE5 9RS, United Kingdom

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         3: Contracting Authority
      Kings College London
      The Strand, London, WC2R 2LS, United Kingdom

View any Notice Addenda

UK-Beckenham: Asbestos-removal work.

Section I: Contracting Authority
   Title: UK-Beckenham: Asbestos-removal work.
   I.1)Name, Addresses And Contact Point(s)
      South London and Maudsley NHS Foundation Trust
      Bethlem Royal Hospital, Monks Orchard Road, Beckenham, Kent, United Kingdom
      URL: www.slam.nhs.uk, URL: www.slam.nhs.uk
      Contact: Queries relating to your submission should be via the Response Manager, Attn: Patrick Dunne
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Provision of Asbestos Services
      II.1.2)Short description of the contract or purchase:
      Asbestos-removal work. Asbestos removal services. Asbestos Services & works
      
      II.1.3)Common procurement vocabulary:
      45262660 - Asbestos-removal work.
      
      90650000 - Asbestos removal services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Accelerated Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: P/09/13      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2013 - 098951
      IV.2.3)Notice to which this publication refers         
         Notice number in OJ: 2013/S 25 - 38713 of 04/02/2013      
      IV.2.4)Date of dispatch of the original Notice: 01/02/2013
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Incomplete Procedure

      VI.2)Information on incomplete awarding procedure
          The awarding procedure has been discontinued. The contract may be the object of a re-publication.

      VI.4)Other additional information:      
      The procedure has been cancelled and a new call for competition will be published in due course.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=65068179
GO-2013624-PRO-4901213 TKR-2013624-PRO-4901212

      VI.5)Date of dispatch: 24/06/2013

View Award Notice