Bip Buyer de-activated users is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Asbestos Management |
Notice type: | Contract Notice |
Authority: | Bip Buyer de-activated users |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Asbestos Management Services as per the 3 Lots in the PQQ |
Published: | 23/07/2014 14:56 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Guy's & St. Thomas' NHS Foundation Trust
2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
Tel. +44 2077885320, Email: nureena.bouton@gstt.nhs.uk, URL: http://kingshealthpartners.g2b.info
Contact: Nureena Bouton, Attn: Nureena Bouton
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: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Asbestos Management
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKI1 - Inner London
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: 4,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Building and facilities management services. Asbestos Management Services as per the 3 Lots in the PQQ
II.1.6)Common Procurement Vocabulary:
79993000 - Building and facilities management 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: Yes
If yes, tenders should be submitted for: One or more lots
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:
Lot 1
The Trust is seeking the supply of an analytical/testing service for ACM’s. In addition to this service the Trust is also seeking a surveying and monitoring service to be carried out.
Lot 2
The contract will cover, air sampling, bulk sampling, surveying (both Management Surveys and R&D Surveys) and monitoring of ACM’s on site
Lot 3
Also required is the provision of all data, survey etc to be uploaded onto the Trust’s MICAD system. The system is to be updated weekly.
Estimated value excluding VAT: 4,000,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 48
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 48 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Analytical/testing service for ACM’s
1)Short Description:
Lot 1
The Trust is seeking the supply of an analytical/testing service for ACM’s. In addition to this service the Trust is also seeking a surveying and monitoring service to be carried out.
2)Common Procurement Vocabulary:
79993000 - Building and facilities management services.
3)Quantity Or Scope:
Unknown
Value range between: 200,000 and 1,000,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Air sampling, bulk sampling, surveying
1)Short Description:
The contract will cover, air sampling, bulk sampling, surveying (both Management Surveys and R&D Surveys) and monitoring of ACM’s on site
2)Common Procurement Vocabulary:
79993000 - Building and facilities management services.
3)Quantity Or Scope: Not Provided
Value range between: 200,000 and 655,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots: Not Provided
Lot No: 3
Title: Upload data to the Trust's MICAD system
1)Short Description:
Also required is the provision of all data, survey etc to be uploaded onto the Trust’s MICAD system. The system is to be updated weekly.
2)Common Procurement Vocabulary:
79993000 - Building and facilities management services.
3)Quantity Or Scope: Not Provided
Value range between: 200,000 and 655,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 48
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
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:
(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;
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;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(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;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(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;
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: No
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: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
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: 12
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: T2297
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 23/07/2014
Time-limit for receipt of requests for documents or for accessing documents: 15:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 22/08/2014
Time: 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-and-facilities-management-services./E589P7F58M
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/E589P7F58M
GO-2014723-PRO-5836315 TKR-2014723-PRO-5836314
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Guy's & St Thomas' NHS Foundation Trust
Guy's & St Thomas' NHS Foundation Trust, 2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
Tel. +44 2071885320, Email: nureena.bouton@gstt.nhs.uk, URL: http://kingshealthpartners.g2b.info
Body responsible for mediation procedures:
Guy's & St Thomas' NHS Foundation Trust
Guy's & St Thomas' NHS Foundation Trust, 2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
Tel. +44 2071885320, Email: nureena.bouton@gstt.nhs.uk, URL: Guy's & St Thomas' NHS Foundation Trust
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Guy's & St Thomas' NHS Foundation Trust
Guy's & St Thomas' NHS Foundation Trust, 2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
Tel. +44 2071885320, Email: nureena.bouton@gstt.nhs.uk, URL: http://kingshealthpartners.g2b.info
VI.5) Date Of Dispatch Of This Notice: 23/07/2014
ANNEX A