Tender

Invitation to Tender for the Supply of Asbestos Surveys and Asbestos Removal Works

  • Bromford Housing Group Limited

F02: Contract notice

Notice identifier: 2021/S 000-000227

Procurement identifier (OCID): ocds-h6vhtk-028829

Published 6 January 2021, 6:03pm



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

Email

ProcurementTeam@bromford.co.uk

Telephone

+44 7436810486

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.bromford.co.uk/

Buyer's address

https://www.bromford.co.uk/

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