- Scope of the procurement
- Lot 1. Asbestos Surveys in the North (Staffordshire & Marches and Central localities).
- Lot 2. Asbestos Surveys in the South (Gloucestershire and West of England localities.)
- Lot 3. Asbestos removal works in the North (Staffordshire & Marches and Central localities).
- Lot 4. Asbestos removal works in the South (Gloucestershire and West of England localities.)
Section one: Contracting authority
one.1) Name and addresses
Bromford Housing Group Limited
One Exchange Court, Brabourne Avenue
Wolverhampton
WV10 6AU
Contact
Central Procurement Team
ProcurementTeam@bromford.co.uk
Telephone
+44 7436810486
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Opportunities/Index
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Opportunities/Index
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Invitation to Tender for the Supply of Asbestos Surveys and Asbestos Removal Works
Reference number
DN509246
two.1.2) Main CPV code
- 90650000 - Asbestos removal services
two.1.3) Type of contract
Services
two.1.4) Short description
Bromford Housing Group Limited, (Parent of the Group) as a central purchasing body on behalf of itself and any of its current or future entities and subsidiaries (together “Bromford”) wishes to invite interested organisations (“Potential Suppliers”) to participate in a procurement process to award a Contract for the Supply of Asbestos Surveys and Asbestos Removal Works.
The Suppliers appointed under this Contract will deliver Asbestos surveys and removal works in line with the Control of Asbestos Regulations 2012, Waste Carrying licenses and all other HSE requirements.
Lots 1 & 2 cover Asbestos Surveys (Services) based on the geography stated below in this Notice.
Lots 3 & 4 cover Asbestos Removals (Works) based on the geography stated below in this Notice.
As both the Services and Works elements are equally important, we opted to label this procurement exercise as 'Services' purely because Lots 1 & 2 are estimated to be worth more from a financial perspective. The Form of Contract ("Contract") to be used will be different for the 2 Surveys Lots v.s the 2 Removals Lots.
two.1.5) Estimated total value
Value excluding VAT: £3,775,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Asbestos Surveys in the North (Staffordshire & Marches and Central localities).
Lot No
1
two.2.2) Additional CPV code(s)
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKG - WEST MIDLANDS (ENGLAND)
two.2.4) Description of the procurement
The key output requirements (including but not limited to) for the Asbestos Surveys successful Supplier/s are as follows:
• Suppliers must as a minimum be United Kingdom Accreditation Service (UKAS) accredited.
• Suppliers must as a minimum be accredited to International Standard ISO/IEC 17025 (Control of Asbestos Regulations 2012.)
• Suppliers will be expected to obtain and analyse samples of suspected asbestos-containing materials (ACM).
• In order to meet the requirements of the ‘duty to manage asbestos’ under regulation 4 of the Control of Asbestos Regulations 2012, the asbestos surveyor must be able to:
- Provide evidence of suitable competence and training;
- Demonstrate independence and impartiality;
- Have effective management and quality systems in place;
- Carry out the work in accordance with recognised guidance which is HSG264 – Asbestos: The Survey Guide.
• Undertake management or refurbishment/demolition asbestos surveys on Bromford’s stock where necessary.
• Undertake re-inspection surveys where required.
• Provide support to Bromford when dealing with Contractors during any asbestos removal works.
• Provide advice to Bromford about any potentially high risk asbestos related products identified during the survey.
• Inform Bromford of any changes within the industry which may affect Bromford’s asbestos management plans.
• Updating of Bromford’s Asbestos Register where required. We will ensure that the IT systems used by Supplier/s are compatible with Bromford’s systems.
two.2.5) Award criteria
Quality criterion - Name: Quality Criteria (Fully specified in ITT Documents) / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £1,100,000
two.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
After the 24 month initial term of the Contract, there will be the option to further extend the Contract by up to a maximum further 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Asbestos Surveys in the South (Gloucestershire and West of England localities.)
Lot No
2
two.2.2) Additional CPV code(s)
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
two.2.4) Description of the procurement
The key output requirements (including but not limited to) for the Asbestos Surveys successful Supplier/s are as follows:
• Suppliers must as a minimum be United Kingdom Accreditation Service (UKAS) accredited.
• Suppliers must as a minimum be accredited to International Standard ISO/IEC 17025 (Control of Asbestos Regulations 2012.)
• Suppliers will be expected to obtain and analyse samples of suspected asbestos-containing materials (ACM).
• In order to meet the requirements of the ‘duty to manage asbestos’ under regulation 4 of the Control of Asbestos Regulations 2012, the asbestos surveyor must be able to:
- Provide evidence of suitable competence and training;
- Demonstrate independence and impartiality;
- Have effective management and quality systems in place;
- Carry out the work in accordance with recognised guidance which is HSG264 – Asbestos: The Survey Guide.
• Undertake management or refurbishment/demolition asbestos surveys on Bromford’s stock where necessary.
• Undertake re-inspection surveys where required.
• Provide support to Bromford when dealing with Contractors during any asbestos removal works.
• Provide advice to Bromford about any potentially high risk asbestos related products identified during the survey.
• Inform Bromford of any changes within the industry which may affect Bromford’s asbestos management plans.
• Updating of Bromford’s Asbestos Register where required. We will ensure that the IT systems used by Supplier/s are compatible with Bromford’s systems.
two.2.5) Award criteria
Quality criterion - Name: Quality Criteria (Fully specified in ITT Documents) / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £960,000
two.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
After the 24 month initial term of the Contract, there will be the option to further extend the Contract by up to a maximum further 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Asbestos removal works in the North (Staffordshire & Marches and Central localities).
Lot No
3
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
two.2.3) Place of performance
NUTS codes
- UKG - WEST MIDLANDS (ENGLAND)
two.2.4) Description of the procurement
The key output requirements (including but not limited to) for the Asbestos Removals successful Supplier/s are as follows:
• Suppliers must as a minimum be United Kingdom Accreditation Service (UKAS) accredited.
• Suppliers must as a minimum be accredited to International Standard ISO/IEC 17025 (Control of Asbestos Regulations 2012.)
• Suppliers must as a minimum be Asbestos Removal Contractors Association (ARCA) accredited.
• Supplier must be fully licensed by the HSE to undertake asbestos removal works.
• Work with the appointed Asbestos Surveyor and where required, attend the site in advance of works to agree and confirm the rates in line with the agreed Specification and Pricing Schedule.
• Undertake any works in line with HSG247 – Asbestos – The licensed Contractors’ Guide.
• Provision of any statutory notices to the relevant statutory Authority prior to commencing licensed asbestos works.
• Regularly inspecting the work environment and reporting immediately any defects to the approved asbestos consultant, and where instructed rectifying the defect.
• Disposing of asbestos waste in accordance with environmental requirements and all statutory provisions.
• Providing copies of notification and consignment notes and other relevant documentation to all parties.
• Updating of Bromford’s Asbestos Register where required. We will ensure that the IT systems used by Supplier/s are compatible with Bromford’s systems.
• Serve all SB5 notifications on HSE for relevant asbestos removal.
two.2.5) Award criteria
Quality criterion - Name: Quality Criteria (Fully specified in ITT Documents) / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £1,000,000
two.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
After the 24 month initial term of the Contract, there will be the option to further extend the Contract by up to a maximum further 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Asbestos removal works in the South (Gloucestershire and West of England localities.)
Lot No
4
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
two.2.3) Place of performance
NUTS codes
- UKK1 - Gloucestershire, Wiltshire and Bristol/Bath area
two.2.4) Description of the procurement
The key output requirements (including but not limited to) for the Asbestos Removals successful Supplier/s are as follows:
• Suppliers must as a minimum be United Kingdom Accreditation Service (UKAS) accredited.
• Suppliers must as a minimum be accredited to International Standard ISO/IEC 17025 (Control of Asbestos Regulations 2012.)
• Suppliers must as a minimum be Asbestos Removal Contractors Association (ARCA) accredited.
• Supplier must be fully licensed by the HSE to undertake asbestos removal works.
• Work with the appointed Asbestos Surveyor and where required, attend the site in advance of works to agree and confirm the rates in line with the agreed Specification and Pricing Schedule.
• Undertake any works in line with HSG247 – Asbestos – The licensed Contractors’ Guide.
• Provision of any statutory notices to the relevant statutory Authority prior to commencing licensed asbestos works.
• Regularly inspecting the work environment and reporting immediately any defects to the approved asbestos consultant, and where instructed rectifying the defect.
• Disposing of asbestos waste in accordance with environmental requirements and all statutory provisions.
• Providing copies of notification and consignment notes and other relevant documentation to all parties.
• Updating of Bromford’s Asbestos Register where required. We will ensure that the IT systems used by Supplier/s are compatible with Bromford’s systems.
• Serve all SB5 notifications on HSE for relevant asbestos removal.
two.2.5) Award criteria
Quality criterion - Name: Quality Criteria (Fully specified in ITT Documents) / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £715,000
two.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
After the 24 month initial term of the Contract, there will be the option to further extend the Contract by up to a maximum further 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please see full evaluation criteria in the published ITT documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see full evaluation criteria in the published ITT documents.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
25 February 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
25 February 2021
Local time
12:05pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Bromford hopes that by breaking the opportunity down into geographical and technical lots, this will allow both SME’s and larger companies the opportunity to bid for this Contract.
Potential Suppliers can apply for any number of the above Lots. If the same company (or companies within the same group) apply for both Surveys and Removal Works lots, they will need to answer an additional Pass/Fail question (4.4.5) on how they will guarantee independence and impartiality.
Similarly, a Potential Supplier can apply to undertake both the Surveys or Removal Works across the North and South geographies as long as they can demonstrate they are capable of delivering this.
six.4) Procedures for review
six.4.1) Review body
Cabinet Office
London
Country
United Kingdom