Tender

Asbestos Surveys and Asbestos Removal Services Framework

  • PROSPER

F02: Contract notice

Notice identifier: 2023/S 000-005363

Procurement identifier (OCID): ocds-h6vhtk-03a7a2

Published 22 February 2023, 5:22pm



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

Email

info@prosper.uk.com

Telephone

+44 1912805665

Country

United Kingdom

Region code

UKC - North East (England)

Internet address(es)

Main address

http://prosper.uk.com/

Buyer's address

http://prosper.uk.com/

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

Email

info@prosper.uk.com

Country

United Kingdom