Tender

Asbestos Services Framework

  • West Lothian Council

F02: Contract notice

Notice identifier: 2025/S 000-010963

Procurement identifier (OCID): ocds-h6vhtk-04e7ba

Published 24 March 2025, 3:50pm



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

http://www.westlothian.gov.uk

Buyer's address

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

one.3) Communication

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

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

Asbestos Services Framework

Reference number

CC14035

two.1.2) Main CPV code

  • 45262660 - Asbestos-removal work

two.1.3) Type of contract

Works

two.1.4) Short description

Tender for setting up of a three lot framework for asbestos surveying, analytics and removal services

two.1.5) Estimated total value

Value excluding VAT: £12,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

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

two.2) Description

two.2.1) Title

Asbestos Surveying

Lot No

1

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services
  • 71355000 - Surveying services

two.2.3) Place of performance

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

West Lothian Council properties

two.2.4) Description of the procurement

Surveying properties to identify asbestos and inform asbestos removal works

two.2.5) Award criteria

Quality criterion - Name: Survey Report / Weighting: 9

Quality criterion - Name: Service Delivery / Weighting: 2

Quality criterion - Name: Competence / Weighting: 2

Quality criterion - Name: Communication / Weighting: 5

Quality criterion - Name: Survey Planning / Weighting: 10

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

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend up to 24 months

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

Asbestos Analytics

Lot No

2

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services
  • 71313430 - Environmental indicators analysis for construction
  • 71600000 - Technical testing, analysis and consultancy services
  • 71610000 - Composition and purity testing and analysis services

two.2.3) Place of performance

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

West Lothian Council properties

two.2.4) Description of the procurement

Analysis of air quality on asbestos removal sites

two.2.5) Award criteria

Quality criterion - Name: Competency / Weighting: 3

Quality criterion - Name: RAMS and CfR / Weighting: 10

Quality criterion - Name: Resourcing / Weighting: 5

Quality criterion - Name: Sceanrio Planning / Weighting: 10

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

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Option to extend for up to 24 months

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

Asbestos Removals

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

West Lothian Council properties

two.2.4) Description of the procurement

Framework lot for asbestos removal contractors to deal with domestic, educational and commercial properties

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 3

Quality criterion - Name: Competency / Weighting: 2

Quality criterion - Name: Removal Planning Scenario / Weighting: 10

Quality criterion - Name: Communication / Weighting: 3

Quality criterion - Name: Innovative Approaches / Weighting: 10

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

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Options to extend for up to a further 24 months

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

All Suppliers must have a Health and Safety at Work Act 1974 compliant Health and Safety Policy within their own organisation which covers all levels of the organisation and services/work supplied.

All suppliers shall comply with Control of Asbestos regulations 2012. All Supplies shall comply with the requirements of the Special Waste Regulations (Scotland) 1996 and their amendments.

All Suppliers shall comply with L143 Managing and working with Asbestos. All suppliers shall comply with HSG 248 – Asbestos: The analyst guide for sampling, analysis and clearance procedures and any updates /revisions thereafter. All Suppliers shall adhere to The CDM Regulations 2015

Lot 1 suppliers shall hold UKAS 17020 for Surveying for Asbestos in Premises, UKAS accreditation to ISO 17025 for bulk sampling materials for asbestos identification and UKAS 17025 for identification of asbestos in bulk samples.

Lot 2 suppliers shall hold UKAS 17025 accreditation, UKAS 17025 for 4 stage clearance process, fibre counting and sampling of air for fibre counting, UKAS 17025 for counting and identification of asbestos fibres in air

Lot 3 suppliers shall hold a current valid standard HSE license in accordance with Regulations 8 of The Control of Asbestos Regulations 2012, have a waste management license number, be a member of the Asbestos Removal Contractors Association (ARCA) or member of Asbestos Control & Abatement Division (ACAD)

three.1.2) Economic and financial standing

List and brief description of selection criteria

Re SPD question 4B.6 West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts.

In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3-year period.

It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 50) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer’s financial status.

In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.

Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.

Minimum level(s) of standards possibly required

Employers Liability Insurance 10 million GBP

Public Liability Insurance 5 million GBP

Professional Indemnity Insurance 5 million GBP (Lots 1 and 2 only)

Valid Motor Vehicle insurance for the business

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Key Performance Indicators are noted in the Specifications.

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: 6

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: 2025/S 000-007135

four.2.2) Time limit for receipt of tenders or requests to participate

Date

2 May 2025

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 May 2025

Local time

12:00pm

Place

Online on PCS-Tender

Information about authorised persons and opening procedure

Corporate Procurement Unit staff will open and disseminate information to the evaluators


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2 years if over spent or up to 4 years if framework able to run for its full length

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 28661. 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:

All Suppliers/ Contractors shall provide community benefits for each 125,000 GBP of spend (ex VAT).

(SC Ref:793947)

six.4) Procedures for review

six.4.1) Review body

Livingston Sheriff Court

West Lothian Civic Centre

Livingston

EH54 6FF

Country

United Kingdom