Tender

PE0565 - Asbestos Services Framework

  • Peabody Trust

F02: Contract notice

Notice identifier: 2025/S 000-006020

Procurement identifier (OCID): ocds-h6vhtk-04e481

Published 19 February 2025, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

Peabody Trust

45, Westminster Bridge Road

London

SE1 7JB

Contact

Yayra Hlordzi

Email

yayra.hlordzi@peabody.org.uk

Telephone

+44 7385224213

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.delta-esourcing.com

Buyer's address

www.peabody.org.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-London

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

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

PE0565 - Asbestos Services Framework

Reference number

PE0565

two.1.2) Main CPV code

  • 45262660 - Asbestos-removal work

two.1.3) Type of contract

Works

two.1.4) Short description

Asbestos Surveying & Asbestos Abatement Services

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Asbestos Abatement and Removal

Lot No

1

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This Lot covers licensed and non-licensed asbestos abatement works

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: £12,800,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

Maximum number: 12

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) Description

two.2.1) Title

Surveys and Re-inspections

Lot No

2

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

This Lot involves the surveying and re-inspection of asbestos-containing materials

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: £7,200,000

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.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 8

Maximum number: 12

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


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

Restricted 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

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

30 April 2025

Local time

4:00pm

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=926770019

GO Reference: GO-2025219-PRO-29483041

six.4) Procedures for review

six.4.1) Review body

Peabody Trust

45 Westminster Bridge Road

London

SE1 7JB

Country

United Kingdom