Contract

WLC Asbestos Surveying Removal and Analytical Services Framework

  • West Lothian Council

F03: Contract award notice

Notice identifier: 2023/S 000-009391

Procurement identifier (OCID): ocds-h6vhtk-03847f

Published 31 March 2023, 8:43am



Section one: Contracting authority

one.1) Name and addresses

West Lothian Council

West Lothian Civic Centre, Howden South Road

Livingston

EH54 6FF

Contact

Catriona Peden

Email

catriona.peden@westlothian.gov.uk

Telephone

+44 1506283312

Fax

+44 1506281325

Country

United Kingdom

NUTS code

UKM78 - West Lothian

Internet address(es)

Main address

https://www.westlothian.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

WLC Asbestos Surveying Removal and Analytical Services Framework

Reference number

CC12435

two.1.2) Main CPV code

  • 45262660 - Asbestos-removal work

two.1.3) Type of contract

Works

two.1.4) Short description

Award of Asbestos Framework with three lots: surveying, analytics and removal

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £6,000,000

two.2) Description

two.2.1) Title

WLC Asbestos Surveying Framework

Lot No

1

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Council Buildings within the West Lothian Council boundaries

two.2.4) Description of the procurement

Award of Asbestos Surveying Framework.

If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.ce.

two.2.5) Award criteria

Quality criterion - Name: Fair Work First / Weighting: 2

Quality criterion - Name: Survey Plan / Weighting: 4

Quality criterion - Name: Report / Weighting: 10

Quality criterion - Name: Reporting Timescales / Weighting: 3

Quality criterion - Name: Emergency Cover / Weighting: 5

Quality criterion - Name: CPD/Competence/Exeprience / Weighting: 4

Quality criterion - Name: CDM / Weighting: 5

Quality criterion - Name: Planning / Weighting: 5

Quality criterion - Name: Planning - Domestic / Weighting: 5

Quality criterion - Name: Communication / Weighting: 2

Quality criterion - Name: Communication - Non-Council Contacts / Weighting: 1

Quality criterion - Name: Complaint Resolution / Weighting: 3

Quality criterion - Name: Complaint Resolution / Weighting: 1

Price - Weighting: 50

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

Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.

Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.

two.2) Description

two.2.1) Title

WLC Asbestos Analytics Framework

Lot No

2

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal services
  • 71600000 - Technical testing, analysis and consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Council buildings within the West Lothian boundaries

two.2.4) Description of the procurement

Award of Asbestos Analytics Framework

If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

two.2.5) Award criteria

Quality criterion - Name: Plan of Work / Weighting: 4

Quality criterion - Name: Reporting / Weighting: 10

Quality criterion - Name: Reporting 2 / Weighting: 3

Quality criterion - Name: Procedures / Weighting: 5

Quality criterion - Name: Emergency Response / Weighting: 4

Quality criterion - Name: CPD/Competence/Experience / Weighting: 5

Quality criterion - Name: Contract Management / Weighting: 5

Quality criterion - Name: Planning / Weighting: 5

Quality criterion - Name: Communication / Weighting: 2

Quality criterion - Name: Communication - Non council contacts / Weighting: 1

Quality criterion - Name: Complaint Resolution / Weighting: 3

Quality criterion - Name: Complaint Resolution 2 / Weighting: 1

Quality criterion - Name: Fair Work First / Weighting: 2

Price - Weighting: 50

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

Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.

Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.

two.2) Description

two.2.1) Title

WLC Asbestos Removals Framework

Lot No

3

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work
  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKM78 - West Lothian
Main site or place of performance

Council Buildings within the West Lothian Council boundaries

two.2.4) Description of the procurement

Award of Asbestos removals contractors for all scales of project from domestic to larger schools and offices

If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

two.2.5) Award criteria

Quality criterion - Name: Plan of Work / Weighting: 8

Quality criterion - Name: Emergency Cover / Weighting: 3

Quality criterion - Name: CPD/Competence/Experience / Weighting: 4

Quality criterion - Name: CDM / Weighting: 4

Quality criterion - Name: Planning / Weighting: 7

Quality criterion - Name: Planning 2 / Weighting: 7

Quality criterion - Name: Project Issues Resolution / Weighting: 4

Quality criterion - Name: Communication / Weighting: 3

Quality criterion - Name: Communication 2 / Weighting: 2

Quality criterion - Name: Complaint Resolution / Weighting: 4

Quality criterion - Name: Complaint Resolution 2 / Weighting: 2

Quality criterion - Name: Fair Work First / Weighting: 2

Price - Weighting: 50

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

Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.

Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.


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

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-032338


Section five. Award of contract

Lot No

1

Title

WLC Asbestos Surveying Framework

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2023

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Bradley Environmental Consultants

20 Stourbridge Road

Halesowen

B63 3US

Telephone

+44 1924274777

Fax

+44 1924283620

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Environmental Essentials Limited

Unit 3 Arlington Court, Silverdale Enterprise Park, Cannel Row, Staffordshire

Newcastle-under-Lyme

ST66SS

Telephone

+44 8454569953

Fax

+44 8454569954

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Life Environmental Services Ltd

Caledonia House, Evanton Drive, Thornliebank Industrial Estate

Glasgow

G46 8JT

Telephone

+44 7894488628

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Tersus Consultancy Limited

Unit 6 Carrera Court, Church Lane

Dinnington, Sheffield

S25 2RG

Telephone

+44 7794267866

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £2,400,000

Total value of the contract/lot: £2,400,000


Section five. Award of contract

Lot No

2

Title

WLC Asbestos Analytics Framework

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2023

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Tersus Consultancy Limited

Unit 6 Carrera Court, Church Lane

Dinnington, Sheffield

S25 2RG

Telephone

+44 7794267866

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Life Environmental Services Ltd

Caledonia House, Evanton Drive, Thornliebank Industrial Estate

Glasgow

G46 8JT

Telephone

+44 7894488628

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Environmental Essentials Limited

Unit 3 Arlington Court, Silverdale Enterprise Park, Cannel Row, Staffordshire

Newcastle-under-Lyme

ST66SS

Telephone

+44 8454569953

Fax

+44 8454569954

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Bradley Environmental Consultants

20 Stourbridge Road

Halesowen

B63 3US

Telephone

+44 1924274777

Fax

+44 1924283620

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £240,000

Total value of the contract/lot: £240,000


Section five. Award of contract

Lot No

3

Title

WLC Asbestos Removals Framework

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

CLARKES ENVIRONMENTAL LTD

Unit 9 Kelvin Gate, 58 Kelvin Avenue

Hillington Park

G52 4GA

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Enviraz (Scotland) Limited

23-29 Kelvin Avenue, Hillington

Glasgow

G52 4LT

Telephone

+44 1418828440

Fax

+44 1418824607

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Rhodar Industrial Services Limited

Unit C, Astra Park, Parkside Lane

Leeds

LS11 5SZ

Telephone

+44 1283561683

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £3,360,000

Total value of the contract/lot: £3,360,000


Section six. Complementary information

six.3) Additional information

Re: SPD Q2B, complete information for all company directors, using home address.

TUPE – The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications.

CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except

insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the

Authority will similarly be treated in confidence except:

(i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of

Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ information.

The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.

(ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;

(iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the

Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.

(SC Ref:727453)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court

West Lothian Civic Centre, Howden South Road,

Livingston

EH54 6FF

Country

United Kingdom