Tender

Asbestos, Demolition & Water Hygiene Framework (GEN4)

  • EN Procure Ltd

F02: Contract notice

Notice identifier: 2025/S 000-004247

Procurement identifier (OCID): ocds-h6vhtk-04dcfa

Published 7 February 2025, 4:27pm



The closing date and time has been changed to:

21 March 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

EN Procure Ltd

Collaboration Works, 2 Carbrook Street, Carbrook

Sheffield

S9 2JE

Contact

Mr Istvan Baranyi

Email

tenders@efficiencynorth.org

Telephone

+44 3306061460

Country

United Kingdom

Region code

UKE - Yorkshire and the Humber

Internet address(es)

Main address

https://www.efficiencynorth.org/procure

Buyer's address

https://www.efficiencynorth.org/procure

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/register

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/Advert?advertId=a1f5205b-6ce5-ef11-8134-005056b64545

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

Asbestos, Demolition & Water Hygiene Framework (GEN4)

two.1.2) Main CPV code

  • 90650000 - Asbestos removal services

two.1.3) Type of contract

Services

two.1.4) Short description

EN:PROCURE LIMITED (“ENP”) is a social housing regeneration consortium based in the North of England. ENP specialises in the procurement of goods, works and services for the construction and maintenance of social housing properties but may extend to other property types that are owned or managed by our Members.

ENP wishes to procure and enter into a framework agreement for the completion of a range of asbestos removal works, demolition works, water hygiene remedial works and provision a broad range of professional consultant services for asbestos consultancy, asbestos surveying, and asbestos water hygiene management to support our Members in relation to social housing, public sector and commercial buildings, and specialist areas such water hygiene management or various asbestos services.

Call offs under the framework may be undertaken on a single stage or multi-stage call-off basis, with provisions for early involvement.

The Contractor(s) will be expected to provide the work and/or services on a collaborative way to a high standard and are expected to share ENP's ESG commitment including but not limited to the creation of training, work placement, educational activity, direct and shared apprenticeship, and new employment opportunities. Over the term of the framework ENP will expect Contractor(s) to develop their own ESG strategies as appropriate to bring wider benefits to ENP and our Members.

two.1.5) Estimated total value

Value excluding VAT: £93,750,000

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 Consultancy Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 71315000 - Building services
  • 71600000 - Technical testing, analysis and consultancy services
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will be for providing a full range of Asbestos Consultancy Services across the UK.

The scope of services undertaken via the framework agreement will include (but not be limited to) providing various asbestos consultancy services including but not limited to; domestic or commercial buildings, project and/or building advice, project management, contract administration and/or employer’s agent services on asbestos related schemes and/or programmes, undertaking risk assessments and/or reviewing asbestos management plans, reviewing and/or advising on polices and/or documentation, audit and/or expert witness services, training services.

Call offs under the framework may be undertaken on a single stage or multi-stage call-off basis, with provisions for early involvement.

The Contractor(s) will be expected to provide the services on a collaborative way to a high standard and are expected to share ENP's ESG commitment including but not limited to the creation of training, work placement, educational activity, direct and shared apprenticeship, and new employment opportunities. Over the term of the framework ENP will expect Contractor(s) to develop their own ESG strategies as appropriate to bring wider benefits to ENP and our Members.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

It is envisaged that a Framework Agreement will be awarded to a maximum of 20 Contractor(s) for this lot. The maximum number of bidders for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 5 % of the last position for this lot.

two.2) Description

two.2.1) Title

Asbestos Survey Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 71315000 - Building services
  • 71600000 - Technical testing, analysis and consultancy services
  • 79311000 - Survey services
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will be for providing a full range of Asbestos Survey Services across the UK.

The scope of services undertaken via the framework agreement will include (but not be limited to) asbestos management surveys, asbestos refurbishment & demolition surveys, reinspection surveys, air monitoring and 4 stage clearance to social housing, public sector and/or commercial buildings.

Call offs under the framework may be undertaken on a single stage or multi-stage call-off basis, with provisions for early involvement.

The Contractor(s) will be expected to provide the services on a collaborative way to a high standard and are expected to share ENP's ESG commitment including but not limited to the creation of training, work placement, educational activity, direct and shared apprenticeship, and new employment opportunities. Over the term of the framework ENP will expect Contractor(s) to develop their own ESG strategies as appropriate to bring wider benefits to ENP and our Members.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

It is envisaged that a Framework Agreement will be awarded to a maximum of 20 Contractor(s) for this lot. The maximum number of bidders for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 5 % of the last position for this lot.

two.2) Description

two.2.1) Title

Air Monitoring Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services
  • 71315300 - Building surveying services
  • 71600000 - Technical testing, analysis and consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will be for providing a full range of air monitoring services across the UK.

The scope of services undertaken via the framework agreement will include (but not be limited to) arranging, managing and completing various air monitoring services and may include site supervision of removal works to social housing, public sector and/or commercial buildings.

Call offs under the framework may be undertaken on a single stage or multi-stage call-off basis, with provisions for early involvement.

The Contractor(s) will be expected to provide the services on a collaborative way to a high standard and are expected to share ENP's ESG commitment including but not limited to the creation of training, work placement, educational activity, direct and shared apprenticeship, and new employment opportunities. Over the term of the framework ENP will expect Contractor(s) to develop their own ESG strategies as appropriate to bring wider benefits to ENP and our Members.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

It is envisaged that a Framework Agreement will be awarded to a maximum of 20 Contractor(s) for this lot. The maximum number of bidders for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 5 % of the last position for this lot.

two.2) Description

two.2.1) Title

Asbestos Removal Works (Licenced and Unlicenced)

Lot No

4

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 71315300 - Building surveying services
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will be for providing a full range of asbestos removal works across the UK.

The scope of works undertaken via the framework agreement will include (but not be limited to) complete and safe removal or repair of all asbestos materials; removal of all associated dust, debris and fibres from within areas as specified; collection, storage, transit and disposal of all asbestos waste and contaminated debris as special waste; asbestos encapsulation; remedial works and related services to social housing, public sector and/or commercial buildings.

Call offs under the framework may be undertaken on a single stage or multi-stage call-off basis, with provisions for early involvement.

The Contractor(s) will be expected to provide the services on a collaborative way to a high standard and are expected to share ENP's ESG commitment including but not limited to the creation of training, work placement, educational activity, direct and shared apprenticeship, and new employment opportunities. Over the term of the framework ENP will expect Contractor(s) to develop their own ESG strategies as appropriate to bring wider benefits to ENP and our Members.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

It is envisaged that a Framework Agreement will be awarded to a maximum of 20 Contractor(s) for this lot. The maximum number of bidders for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 5 % of the last position for this lot.

two.2) Description

two.2.1) Title

Low Rise Demolition Works (4 Storeys and below)

Lot No

5

two.2.2) Additional CPV code(s)

  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45262660 - Asbestos-removal work
  • 71315200 - Building consultancy services
  • 71315300 - Building surveying services
  • 71600000 - Technical testing, analysis and consultancy services
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will be for providing a full range of low-rise demolition, 4 storeys and below, including asbestos removal works across the UK.

The scope of works undertaken via the framework agreement will include (but not be limited to) executing and managing all low rise demolition works and alterations in the most careful manner to avoid damage to the surrounding structures; site assessment and surveying; loading and removing from site all materials (including debris) arising from the demolition or alterations; disposal of all special waste (either asbestos) and contaminated debris in accordance with all current asbestos legislation; waste management; recycling; environment remediation and site clearance and/or preparation; providing the required reports and documentation to any properties, structures and/or sites owned or managed by member or customer of ENP from time to time.

Call offs under the framework may be undertaken on a single stage or multi-stage call-off basis, with provisions for early involvement.

The Contractor(s) will be expected to provide the services on a collaborative way to a high standard and are expected to share ENP's ESG commitment including but not limited to the creation of training, work placement, educational activity, direct and shared apprenticeship, and new employment opportunities. Over the term of the framework ENP will expect Contractor(s) to develop their own ESG strategies as appropriate to bring wider benefits to ENP and our Members.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

It is envisaged that a Framework Agreement will be awarded to a maximum of 20 Contractor(s) for this lot. The maximum number of bidders for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 5 % of the last position for this lot.

two.2) Description

two.2.1) Title

High Rise Demolition Works (5 Storeys and above)

Lot No

6

two.2.2) Additional CPV code(s)

  • 45110000 - Building demolition and wrecking work and earthmoving work
  • 45262660 - Asbestos-removal work
  • 71315200 - Building consultancy services
  • 71315300 - Building surveying services
  • 71600000 - Technical testing, analysis and consultancy services
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will be for providing a full range of high-rise demolition works, 5 storeys and above, across the UK.

The scope of works undertaken via the framework agreement will include (but not be limited to) executing and managing all high rise demolition works and alterations in the most careful manner to avoid damage to the surrounding structures; site assessment and surveying; loading and removing from site all materials (including debris) arising from the demolition or alterations; disposal of all special waste (either asbestos) and contaminated debris in accordance with all current asbestos legislation; waste management; recycling; environment remediation and site clearance and/or preparation; providing the required reports and documentation to any properties, structures and/or sites owned or managed by member or customer of ENP from time to time.

Call offs under the framework may be undertaken on a single stage or multi-stage call-off basis, with provisions for early involvement.

The Contractor(s) will be expected to provide the services on a collaborative way to a high standard and are expected to share ENP's ESG commitment including but not limited to the creation of training, work placement, educational activity, direct and shared apprenticeship, and new employment opportunities. Over the term of the framework ENP will expect Contractor(s) to develop their own ESG strategies as appropriate to bring wider benefits to ENP and our Members.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £25,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

It is envisaged that a Framework Agreement will be awarded to a maximum of 20 Contractor(s) for this lot. The maximum number of bidders for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 5 % of the last position for this lot.

two.2) Description

two.2.1) Title

Water Hygiene Management and Remedial Works

Lot No

7

two.2.2) Additional CPV code(s)

  • 39370000 - Water installations
  • 50511000 - Repair and maintenance services of pumps
  • 50513000 - Repair and maintenance services of taps
  • 50514100 - Repair and maintenance services of tanks
  • 51810000 - Installation services of tanks
  • 71600000 - Technical testing, analysis and consultancy services
  • 71700000 - Monitoring and control services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 71900000 - Laboratory services
  • 80531200 - Technical training services
  • 90913100 - Tank-cleaning services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Lot will be for providing a full range of water hygiene consultancy and management, undertaking risk assessment, producing written scheme and/or management plans, training and related services, water hygiene and legionella monitoring, system labelling, temperature monitoring, TMV testing, water sampling and testing, system/tank chlorination, remedial works (e.g. dead leg removal, tank replacement) and related works/services across the UK to social housing, public sector and/or commercial buildings.

Call offs under the framework may be undertaken on a single stage or multi-stage call-off basis, with provisions for early involvement.

The Contractor(s) will be expected to provide the services on a collaborative way to a high standard and are expected to share ENP's ESG commitment including but not limited to the creation of training, work placement, educational activity, direct and shared apprenticeship, and new employment opportunities. Over the term of the framework ENP will expect Contractor(s) to develop their own ESG strategies as appropriate to bring wider benefits to ENP and our Members.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

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.2.14) Additional information

It is envisaged that a Framework Agreement will be awarded to a maximum of 20 Contractor(s) for this lot. The maximum number of bidders for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 5 % of the last position for this lot.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 140

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

Originally published as:

Date

17 March 2025

Local time

12:00pm

Changed to:

Date

21 March 2025

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

17 March 2025

Local time

12:05pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Individual contracting authorities entitled to access the framework agreement will have the option to agree and award underlying contracts to the appointed Alliance Members at any stage during the term of the framework agreement.

The following contracting authorities will be entitled to agree and award underlying contracts under the framework agreement as and when required — Any member or customer of EN:Procure from time to time, which may include (but not limited):

(a) any social housing provider and including any subsidiary and sponsoring department of such bodies in the United Kingdom from time to time (https://www.gov.uk/government/publications/current-registered-providers-of-social-housing);

(b) any local authority in the United Kingdom from time to time (https://www.gov.uk/find-local-council);

(c) any community land trust and community interest company from time to time.

(d) any public sector body providing accommodation;

(e) any community benefit and mutual societies (A Community Benefit Society as registered with the Financial Conduct Authority);

(f) any private sector bodies with an access to public funds from time to time;

(g) any combined authorities;

(h) any educational establishments (including universities)

(https://www.gov.uk/check-university-award-degree/recognised-bodies, https://get-information-schools.service.gov.uk/, http://www.schoolswebdirectory.co.uk/localauthorities.php) ;

(i) any NHS bodies (https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx):

(j) any Police, Fire and Rescue body (https://www.police.uk/pu/policing-in-the-uk/, , https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services/, https://www.nifrs.org/home/about-us/your-area/, https://aace.org.uk/uk-ambulance-service/);

(k) any Registered Charity (https://register-of-charities.charitycommission.gov.uk/charity-search):

(l) any procurement consortia from time to time;

(m) any entity or joint venture company that any of the entities referred to in (a) – (k) hold an interest from time to time.

For bidders' information a list of EN's current customers is:

- 54North Homes - https://54northhomes.co.uk/

- Accent Housing - https://www.accentgroup.org/

- ACIS Group - www.acisgroup.co.uk

- Ashfield District Council - https://www.ashfield.gov.uk/

- Barnsley Metropolitan Borough Council — www.barnsley.gov.uk

- Berneslai Homes — www.berneslaihomes.co.uk

- Beyond Housing - www.beyondhousing.org

- Bridge Homes – bridgeshome.co.uk

- Calderdale Council – https://new.calderdale.gov.uk/

- Calder Valley Community Land Trust - http://www.caldervalleyclt.org.uk/

- City of York Council — www.york.gov.uk

- City of Doncaster Council — www.doncaster.gov.uk

- City of Lincoln Council - https://www.lincoln.gov.uk/

- Chartford Housing - https://hortonhousing.co.uk/about-us/chartford-housing-limited/

- Chesterfield Borough Council - https://www.chesterfield.gov.uk/

- Connect Housing — www.connecthousing.org.uk

- Derby Homes - https://www.derbyhomes.org/

- First Choice Homes Oldham - https://www.fcho.co.uk/

- Guinness Partnership - www.guinnesshomes.co.uk/

- Great Places Housing Group – www.greatplaces.org.uk

- Home Group - www.homegroup.org.uk

- Hull City Council — www.hullcc.gov.uk

- Incommunities - https://www.incommunities.co.uk/

- Joseph Rowntree Housing Trust – www.jrht.org.uk

- Kirklees Council — www.kirklees.gov.uk

- Leicester City Council - https://www.leicester.gov.uk/

- Leeds City Council — www.leeds.gov.uk

- Leeds Federated - https://www.lfha.co.uk/

- Leeds Jewish Housing Association - www.ljha.co.uk

- Lincolnshire Housing Partnership - www.lincolnshirehp.com

- Manningham Housing Association - www.manninghamhousing.co.uk

- Metropolitan Thames Valley Housing - https://www.mtvh.co.uk/

- Network Homes - https://www.networkhomes.org.uk/

- Northumberland County Council - www.northumberland.gov.uk

- Nottingham City Council - https://www.nottinghamcity.gov.uk/

- North Yorkshire Council - https://www.northyorks.gov.uk/

- One Manchester – www.onemanchester.co.uk

- Ongo Homes — www.ongo.co.uk/ongo-homes

- Paradigm Housing – www.paradigmhousing.co.uk

- Pickering and Ferens Homes — www.pfh.org.uk

- Plus Dane Housing - https://www.plusdane.co.uk/

- Riverside Housing - https://www.riverside.org.uk/

- Rotherham Metropolitan District Council - www.rotherham.gov.uk

- Rykneld Homes - www.rykneldhomes.org

- Sheffield City Council – www.sheffield.gov.uk

- South Yorkshire Housing Association - www.syha.co.uk

- South Kesteven District Council - https://www.southkesteven.gov.uk/

- St Leger Homes — www.stlegerhomes.co.uk

- Together Housing Group — www.togetherhousing.co.uk

- Unity Housing Association - www.unityha.co.uk

- Wakefield Council - https://www.wakefield.gov.uk/

- Wakefield District Housing — www.wdh.co.uk

- West Yorkshire Combined Authority - https://www.westyorks-ca.gov.uk/

- Wokingham Borough Council - https://www.wokingham.gov.uk/

- Yorkshire Housing — www.yorkshirehousing.co.uk

EN:Procure reserves the right to cancel the procurement at any time and not to proceed with all or any part of the framework agreement.

EN:Procure will not under any circumstance reimburse any expense incurred by bidders in preparing their tender submissions for the framework agreement.

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2039368957

Country

United Kingdom