- Scope of the procurement
- Lot 1. Asbestos Consultancy Services
- Lot 2. Asbestos Survey Services
- Lot 3. Air Monitoring Services
- Lot 4. Asbestos Removal Works (Licenced and Unlicenced)
- Lot 5. Low Rise Demolition Works (4 Storeys and below)
- Lot 6. High Rise Demolition Works (5 Storeys and above)
- Lot 7. Water Hygiene Management and Remedial Works
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
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