Section one: Contracting authority
one.1) Name and addresses
PROSPER
Cobalt Business Exchange, Cobalt Park Way
Newcastle upon Tyne
NE28 9NZ
Contact
Mr Tim Jennett
Telephone
+44 1912805665
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=0a122384-3ab1-ed11-811f-005056b64545
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/Index?advertId=0a122384-3ab1-ed11-811f-005056b64545
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Asbestos Surveys and Asbestos Removal Services Framework
Reference number
DN657197
two.1.2) Main CPV code
- 45262660 - Asbestos-removal work
two.1.3) Type of contract
Works
two.1.4) Short description
The authority seeks to establish a multi-supplier, multi-lot framework for the acquisition of asbestos survey and asbestos removal services by its members and other public sector contracting bodies.
The framework is split into 2 Service Lots
Lot 1: Asbestos surveys.
The provision of a comprehensive range of asbestos surveying services including management surveys; refurbishment and demolitions surveys; air testing; targeted sampling investigation; analytical services; consultancy.
Lot 2: Asbestos removal.
The provision of a comprehensive Asbestos removal service and disposal of all asbestos containing material (ACM) compliant with all legislative and regulatory requirements including any remedial post removal work as required.
All asbestos services must be carried out in accordance with Health and Safety Executive (HSE) guidance and regulations.
Each Service Lot is split into eleven regional sub-lots
• Sub-Lot 1 – North East
• Sub-Lot 2 – Yorkshire & Humber
• Sub-Lot 3 – North West
• Sub-Lot 4 – West Midlands
• Sub-Lot 5 – East Midlands
• Sub-Lot 6 – East of England
• Sub-Lot 7 – South East
• Sub-Lot 8 – South West
• Sub-Lot 9 – London
• Sub-Lot 10 – Wales
• Sub-Lot 11 – Northern Ireland
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
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
Lot 1 Asbestos Surveys
Lot No
1
two.2.2) Additional CPV code(s)
- 71315000 - Building services
- 71600000 - Technical testing, analysis and consultancy services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKN - Northern Ireland
two.2.4) Description of the procurement
Asbestos Surveys
The supplier must be able to provide a comprehensive range of asbestos surveying services including management surveys; refurbishment and demolitions surveys; air testing; targeted sampling investigation; analytical services; consultancy.
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
Yes
Description of renewals
Initial Period 24 Months with Option to Extend by further 2 x 12 Month periods
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
This Service Lot is split into eleven regional sub-lots
• Sub-Lot 1 – North East
• Sub-Lot 2 – Yorkshire & Humber
• Sub-Lot 3 – North West
• Sub-Lot 4 – West Midlands
• Sub-Lot 5 – East Midlands
• Sub-Lot 6 – East of England
• Sub-Lot 7 – South East
• Sub-Lot 8 – South West
• Sub-Lot 9 – London
• Sub-Lot 10 – Wales
• Sub-Lot 11 – Northern Ireland
Tenderers may bid for one, some or all Regional Sub-lots
The Authority seeks to appoint up to 6 suitably qualified suppliers to each regional sub-lot able to provide the full requirements of the Service Lot.
two.2) Description
two.2.1) Title
Lot 2 - Asbestos Removal Services
Lot No
2
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
- UKN - Northern Ireland
two.2.4) Description of the procurement
Asbestos Removal Services
The supplier must be able to provide a comprehensive asbestos removal service and disposal of all asbestos containing material (ACM) compliant with all legislative and regulatory requirements; any remedial post removal work as required; consultancy.
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: £75,000,000
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
Initial Period 24 Months with Option to Extend by further 2 x 12 Month periods
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
This Service Lot is split into eleven regional sub-lots
• Sub-Lot 1 – North East
• Sub-Lot 2 – Yorkshire & Humber
• Sub-Lot 3 – North West
• Sub-Lot 4 – West Midlands
• Sub-Lot 5 – East Midlands
• Sub-Lot 6 – East of England
• Sub-Lot 7 – South East
• Sub-Lot 8 – South West
• Sub-Lot 9 – London
• Sub-Lot 10 – Wales
• Sub-Lot 11 – Northern Ireland
Tenderers may bid for one, some or all Regional Sub-lots
The Authority seeks to appoint up to 6 suitably qualified suppliers to each regional sub-lot able to provide the full requirements of the Service Lot.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2023
Local time
10:00am
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
24 March 2023
Local time
10:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Prosper is acting as a central purchasing body in relation to this procurement. The framework
will be available for use by the authority, its members and other contracting bodies within the
Regions of England, Wales and Northern Ireland including but not limited to:
Registered Social Landlords
https://www.gov.uk/government/publications/current-registered-providers-of-socialhousing
https://gov.wales/registered-social-landlords
https://www.nidirect.gov.uk/contacts/housing-associations
Local Authorities
https://www.gov.uk/find-local-council
https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland
Educational establishments
http://www.schoolswebdirectory.co.uk/localauthorities.php
https://get-information-schools.service.gov.uk/
https://www.education-ni.gov.uk/services/schools-plus
https://www.gov.uk/check-university-award-degree/recognised-bodies
NHS bodies
https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
http://www.wales.nhs.uk/nhswalesaboutus/structure
Police, fire and rescue
https://www.police.uk/pu/policing-in-the-uk/
https://www.psni.police.uk/about-us/local-policing
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/
Registered charities
https://register-of-charities.charitycommission.gov.uk/charity-search
https://www.charitycommissionni.org.uk/
Access to the framework will be subject to the approval of the authority.
Any organisation able to access this framework will be referred to in the documentation as a
Contracting Body.
six.4) Procedures for review
six.4.1) Review body
Prosper Procurement Ltd
Cobalt Business Exchange, Cobalt Park Way
Newcastle upon Tyne
NE28 9NZ
Country
United Kingdom