Section one: Contracting authority
one.1) Name and addresses
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
Telephone
+44 1316502759
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Asbestos Works and Services includes surveying and analytical
Reference number
EC1037
two.1.2) Main CPV code
- 45262660 - Asbestos-removal work
two.1.3) Type of contract
Works
two.1.4) Short description
The University of Edinburgh requires an Estate wide asbestos works and services framework agreement for the provision of asbestos
surveys, analytical services, removal and remediation works. This project will be divided into 3 lots.
Lot 1 Asbestos Removal Works.
Lot 2 Surveying and Analytical Services –Central & Med and Vets
Lot 3 Surveying and Analytical Services – Kings Buildings &
This will be via an Open procedure bidders must self-certify adherence to selection criteria via the ESPD
(Scotland) on PCS-T. Bidders may submit bids for all or any of the Lots. However, where a bidder is evaluated as successful across all
Lots, they will be required to confirm their preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3, prior to contract award. Where a
bidder is awarded a position on Lot 1 it will not be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the
same supplier will not be ranked 1st in Lots 2 OR 3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank
in their preferred Lot and be ranked 2nd in the remaining Lot with the original 2nd ranked supplier being elevated to 1st rank. It is
estimated this will be a 4 year Framework on a 2+1+1 basis Value Estimates as:
1 Asbestos Removal Works Across the estate 4,000,000GBP
2 Surveying and Analytical Services Central & Med & Vets 360,000GBP
3 Surveying and Analytical Services Kings Building & Accommodation Area. GBP360,000
two.1.5) Estimated total value
Value excluding VAT: £4,720,000
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
Surveying and Analytical Services – Kings Buildings & Accommodation Area
Lot No
3
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh
two.2.4) Description of the procurement
Lot 3 Surveying and Analytical Services – Kings Buildings &
Accommodation Area. The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a
Framework Agreement for
the provision of Asbestos Works and Services Framework .
It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows.
The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public
sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these
requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will
then be subject to a technical and commercial evaluation.The Technical section is allocated a total weighting of 80%. Scores shall be
allocated based on the total percentage achieved by the
response out of the maximum possible percentage. This takes into account the score out of 4. Bidders will be required to
achieve a minimum score of 50% or more of the overall technical score of 80% in order to progress to the commercial stage of evaluation.
The Commercial (Price) section is allocated a total weighting of 20%. A pre recorded video will be required as part of the submission The
bidder who submits the lowest cost will be awarded the
maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. Bidders may submit
bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their
preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3 prior to contract award. Where a bidder is awarded a position on Lot 1 it will not
be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR
3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the
remaining Lot with the original 2nd ranked supplier being elevated to 1st rank.
Note: Technical Scoring Methodology
0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains
insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details
on how the requirement will be fulfilled in certain areas.
3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on
how the requirements will be fulfilled.
4 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a
thorough understanding of the requirement and provides details of how the requirement will be met in full.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £360,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
he Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1).
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
Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 1 Asbestos Removal Works
Lot No
1
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh
two.2.4) Description of the procurement
Lot 1 Asbestos Removal Works. The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers
to a Framework Agreement for
the provision of Asbestos Works and Services Framework .
It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows.
The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public
sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these
requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will
then be subject to a technical and commercial evaluation.The Technical section is allocated a total weighting of 80%. Scores shall be
allocated based on the total percentage achieved by the
response out of the maximum possible percentage. This takes into account the score out of 4. Bidders will be required to
achieve a minimum score of 50% or more of the overall technical score of 80% in order to progress to the commercial stage of evaluation.
The Commercial (Price) section is allocated a total weighting of 20%. A pre recorded video will be required as part of the submission The
bidder who submits the lowest cost will be awarded the
maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. Bidders may submit
bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their
preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3 prior to contract award. Where a bidder is awarded a position on Lot 1 it will not
be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR
3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the
remaining Lot with the original 2nd ranked supplier being elevated to 1st rank.
Note: Technical Scoring Methodology
0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains
insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details
on how the requirement will be fulfilled in certain areas.
3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on
how the requirements will be fulfilled.
4 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a
thorough understanding of the requirement and provides details of how the requirement will be met in full.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1).
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
Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Surveying and Analytical Services –Central & Med and Vets
Lot No
2
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh
two.2.4) Description of the procurement
Lot 2 Surveying and Analytical Services –Central & Med and Vets. The University of Edinburgh has a requirement to establish contracting
arrangements to appoint suppliers to a Framework Agreement for
the provision of Asbestos Works and Services Framework .
It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows.
The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public
sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these
requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will
then be subject to a technical and commercial evaluation.The Technical section is allocated a total weighting of 80%. Scores shall be
allocated based on the total percentage achieved by the
response out of the maximum possible percentage. This takes into account the score out of 4. Bidders will be required to
achieve a minimum score of 50% or more of the overall technical score of 80% in order to progress to the commercial stage of evaluation.
The Commercial (Price) section is allocated a total weighting of 20%. A pre recorded video will be required as part of the submission The
bidder who submits the lowest cost will be awarded the
maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. Bidders may submit
bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their
preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3 prior to contract award. Where a bidder is awarded a position on Lot 1 it will not
be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR
3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the
remaining Lot with the original 2nd ranked supplier being elevated to 1st rank.
Note: Technical Scoring Methodology
0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1 Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains
insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details
on how the requirement will be fulfilled in certain areas.
3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on
how the requirements will be fulfilled.
4 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a
thorough understanding of the requirement and provides details of how the requirement will be met in full.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £360,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1-year each (2+1+1).
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
Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015.
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
List and brief description of conditions:
Lot 1
SPD 4A.2 Statement
Bidders must confirm they hold the following authorisation or memberships.
Please note bidders must have this registration at time of tender, and ‘working towards’ is not acceptable.
- A full unrestricted licence from the Health and Safety Executive (HSE) - Asbestos Licencing Unit for asbestos removal,
- A valid waste carrier’s licence (should they transport the waste) or ensure they contract with a supplier that does
Suitability
Bidders must confirm they can provide the following supporting evidence at point of award:
4 A.2
Where it is required within a bidder’s country of establishment, they must confirm which authorisation or memberships of the relevant
organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships
A full unrestricted licence from HSE for asbestos removal.
4A.2.1
If yes, please specify which authorisation or membership is required
4A.2.2
Please indicate whether the bidder has the required authorisation or membership (as named above)
4A.2.3
If the relevant documentation is available electronically, please indicate
Please refer to Selection Criteria: Question Part IV [SPD].
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Lot 1 only
4B1.1
1. Bidders will be required to have a minimum “general” yearly turnover of 8m GBP for the last 3 years for Lot 1.
2. Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were
set up/started trading.
Lot 2 and 3
Financial Stability
SPD ref. 4B1.1
1. 720k GBP for the last 3 years if bidding for lot 2 or 3 or 1.4m GBP for the last 3 years if bidding for lot 2 and 3:
2. Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were
set up/started trading.
Economic and financial standing
Financial Stability
SPD ref. 4B1.1
- 1. 720k GBP for the last 3 years if bidding for lot 2 or 3 or 1.4m GBP for the last 3 years if bidding for lot 2 and 3:
-2. Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were
set up/started trading.
Please confirm and insert the figure in the textbox.
Please refer to Selection Criteria: Part IV [SPD].
SPD ref. 4B5.1a
Insurance Requirements
It is a requirement of this contract that Bidders hold, or can commit to obtain prior to the commencement of any contract, the types and
levels of insurance listed below. Bidders also must confirm they can provide the following supporting evidence at point of award.
Insurance Lot 1
1. Bidders will be required to have a minimum “general” yearly turnover of 8m GBP for the last 3 years for Lot 1.
2. Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were
set up/started trading.
Insurance Lot 2 and 3
5.1a Professional Risk Indemnity = 2M per single event
5.1b Employer's (Compulsory) Liability Insurance = 10M per single event
5.2 All other types of insurance:
Public Liability Insurance = 10M per single event
Please confirm and upload if available.
Please refer to Selection Criteria: Question Part IV [SPD].
SPD 4B.6 Statement 1 (PCG):
Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company
Guarantee prior to commencement of any subsequently awarded contract.
Please confirm.
Please refer to Selection Criteria: Question Part IV [SPD].
SPD 4B.6 Statement 2 (Financial Strength):
Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations.
Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and
the following ratios:
- Current Ratio
- Quick Ratio
- Debtors Turnover Ratio
- Return on Assets
- Working Capital
- Debt to Equity Ratio
- Gross Profit Ratio
A review of your ratios and audited accounts may be undertaken. In some cases, this review may lead to an additional request for further
financial information to help clarify any potential issues raised.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
4C.1.2 Statement
Bidders must provide examples that demonstrate that they have the relevant experience to deliver the services as described Contract Notice
or the relevant section of the Site Notice and noted below.
Requirement: 4C.1a
Lot 1
Bidders must example of a large scale, complex Removal project for licenced asbestos removal , more than 10 x weeks duration which you
have carried out in the last three years
4C.1.2a
Please provide a relevant example of a large scale, complex Refurbishment or Demolition Survey and complex Analytical project i.e more
than 4 x weeks duration which you have carried out in the last three years.
Review – how could any aspect of the project been improved
You must be able to demonstrate and details each point.
Generic Sales literature will not be accepted
You must be able to demonstrate and details each point.
Lot 2 & 3
Requirement 4C.1b
Bidders must provide a closely relevant example of a term maintenance contract which you have carried out in the last three years
Requirement 4C.1c
Lot 1
Following non-notifiable work or work where an analyst was not required. Bidders must explain how they demonstrate that work has been
carried out as per their plan of work. Example certificate/report/sign off should be submitted (redacted if required)
Lot 2 and 3
4C.1.2cStatementBidders to explain how their activities under the Control of Asbestos regulations relate to CDM 2015
Lot 2 and 3
4C.1.2d Statement
Bidders will provide one example of 4 Stage clearance they have carried out in the last three years (redacted if required) to demonstrate the
type of report the supplier will receive.
Requirement 4C.5 Statement
Bidders must confirm that they will allow checks to be conducted on their production and technical capacities and where necessary on the
means of study and research facilities available to it and on the quality control measures employed.
Bidders agree to share results of audits (external or internal) if requested.
Requirement 4C.6.1 Statement
It is a requirement that the service provider or the contractor itself shall hold the following minimum relevant educational and professional
qualifications. Please note a “No” response may result in your bid being rejected.
Bidders will be required to confirm that their managerial staff have the following minimum relevant educational and professional
qualifications (or equivalent):
Lot 1
Contracts Manager:
ARCA (Asbestos) Licensed Contractor
Management
ARCA (Asbestos) Risk Assessment & Plan
Of Work
SMSTS Site Management Safety Training Scheme
IOSH Managing Safely
Supervisor
ARCA Level 3 NVQ Supervisors
Lot 2 & 3
Project Manager – BOHS Certificate of Competence (Asbestos)
Lead Surveyors: P402 + minimum 4 years’ experience of surveying large public buildings.
Assistant Surveyors: P402 + minimum 2 years’ experience of surveying large public buildings
Site Analyst – BOHS P403 + P404 + minimum of 2 years’ site experience.
4C.8.1 Statement
Bidders will be required to confirm their average annual manpower for the last three years.
Lot 1
Bidders to state the number of notifications submitted from the office which will administer this contract for the past 12 months.
Lot 2 & 3
Minimum 2 Analysts and 2 Surveyors working out of a Scottish office.
For information only
4C.10 Subcontracting
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the ITT documentation for full details
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 8
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
19 February 2026
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 February 2026
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 12 months prior to framework expiry date
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30950. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. See the ITT for more info
(SC Ref:820989)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court & Justice of the Peace Court
Edinburgh Sheriff Court, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom