Awarded contract

Asbestos Services Framework - Domestic Property

  • The City of Edinburgh Council

F03: Contract award notice

Notice reference: 2022/S 000-018264

Published 5 July 2022, 10:53am



Section one: Contracting authority

one.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

Email

ben.fulton@edinburgh.gov.uk

Telephone

+44 1315296432

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://www.edinburgh.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

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 - Domestic Property

Reference number

CT0934

two.1.2) Main CPV code

  • 90650000 - Asbestos removal services

two.1.3) Type of contract

Services

two.1.4) Short description

The City of Edinburgh Council has approximately 20,000 Council homes, including 44 multi storey blocks. The Council carries out approximately 120,000 repair and maintenance jobs annually to these properties, using in house Craft Operatives and a framework of R&M contractors. This Service covers emergency (24hrs, 7 days a week), urgent, appointed and routine servicing works.

Asbestos work and Services are required to carry out UKAS accredited Asbestos management, refurbishment, demolition and re-inspection surveys as well as sampling, analytical services, removals, encapsulation, disposal works in all blocks and common areas as described above.

Contractors are also required to undertake Licensed and Non Licensed Work in addition to Notifiable Non Licenced Asbestos work in relation to all aspects and areas of the fabric of Council Homes including all services, utilities and apparatus contained within whether operational or redundant.

In order to maintain Service levels, at times, Asbestos information is required in a timely manner to prevent delays to work.

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: £10,200,000

two.2) Description

two.2.1) Title

Asbestos Management Surveying

Lot No

1

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

Carry out UKAS accredited asbestos management, refurbishment and demolition surveys as well as asbestos re-inspection (condition monitoring) surveys as required in domestic housing stock and common areas.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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 Sampling and Laboratory Analysis

Lot No

2

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

To carry out UKAS accredited buildings materials sampling and laboratory analysis for asbestos content on both a standard turn around service and an accelerated urgent service as required in domestic housing stock and common areas.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Air Testing and 4 Stage Clearance Testing

Lot No

3

two.2.2) Additional CPV code(s)

  • 90650000 - Asbestos removal services

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

To carry out UKAS accredited air testing, including ‘reassurance’, ‘leak’, ‘background’ and other general air testing for the purposes of measuring airborne fibre levels as a risk management precaution, investigation tool or assurance. Carry out personal air testing 4-stage clearance testing [and the associated fibre counting by phase contrast microscopy] as required in domestic housing stock and common areas.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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 Remediation and Removal

Lot No

4

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal work

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of

two.2.4) Description of the procurement

To carry out non-licensed asbestos works (both non-notifiable and notifiable) and licensed asbestos works on both a standard turn around service and an accelerated urgent service as required in domestic housing stock and common areas.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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 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: 2021/S 000-031272


Section five. Award of contract

Lot No

1

Title

Asbestos Management Surveying

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 May 2022

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 10

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

Number of tenders received from tenderers from non-EU Member States: 10

Number of tenders received by electronic means: 10

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

five.2.3) Name and address of the contractor

Lucion Environmental Ltd

Unit 7 Halifax Court, Dunston

Gateshead

NE11 9JT

Telephone

+44 3455040303

Country

United Kingdom

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

Yes

five.2.3) Name and address of the contractor

Franks Portlock Consulting Limited

Unit 2b Hylton Park

Sunderland

SR5 3HD

Telephone

+44 1914193116

Country

United Kingdom

NUTS code
  • UKC - North East (England)
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Environtec Limited

Unit 3 , Cadzow Park , 82 Muir Street

Hamilton

ML3 6BJ

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)

Lowest offer: £939,440 / Highest offer: £1,174,300 taken into consideration


Section five. Award of contract

Lot No

2

Title

Asbestos Sampling and Laboratory Analysis

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 May 2022

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 8

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

Number of tenders received from tenderers from non-EU Member States: 8

Number of tenders received by electronic means: 8

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

five.2.3) Name and address of the contractor

Lucion Environmental Ltd

Unit 7 Halifax Court, Dunston

Gateshead

NE11 9JT

Country

United Kingdom

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

Yes

five.2.3) Name and address of the contractor

Environtec Limited

Unit 3 , Cadzow Park , 82 Muir Street

Hamilton

ML3 6BJ

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

4 Ducketts Wharf, South Street

Bishops Stortford

CM23 3AR

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)

Lowest offer: £66,966 / Highest offer: £94,869 taken into consideration


Section five. Award of contract

Lot No

3

Title

Air Testing and 4 Stage Clearance Testing

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 May 2022

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 10

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

Number of tenders received from tenderers from non-EU Member States: 10

Number of tenders received by electronic means: 10

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

five.2.3) Name and address of the contractor

Lucion Environmental Ltd

Unit 7 Halifax Court, Dunston

Gateshead

NE11 9JT

Country

United Kingdom

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

Yes

five.2.3) Name and address of the contractor

E D P Health Safety & Environmental Consultants Ltd, Rainford Hall, Crank Road, Crank, ST. HELENS

Spring Lodge, 172 Chester Road

Helsby, Cheshire

WA6 0AR

Country

United Kingdom

NUTS code
  • UKD7 - Merseyside
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Franks Portlock Consulting Limited

Unit 2b Hylton Park

Sunderland

SR5 3HD

Country

United Kingdom

NUTS code
  • UKC - North East (England)
The contractor is an SME

Yes

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

Lowest offer: £273,252 / Highest offer: £302,239 taken into consideration


Section five. Award of contract

Lot No

4

Title

Asbestos Remediation and Removal

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 May 2022

five.2.2) Information about tenders

Number of tenders received: 8

Number of tenders received from SMEs: 7

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

Number of tenders received from tenderers from non-EU Member States: 8

Number of tenders received by electronic means: 8

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

five.2.3) Name and address of the contractor

The Erith Group

Erith House, Queen Street

Erith

DA8 1RP

Country

United Kingdom

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

No

five.2.3) Name and address of the contractor

Rhodar Industrial Services Limited

Unit C, Astra Park, Parkside Lane

Leeds

LS11 5SZ

Country

United Kingdom

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

Yes

five.2.3) Name and address of the contractor

Aspect Contracts LTD

Aspect House, Honywood Road

Basildon, Essex

SS143DS

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)

Lowest offer: £1,841,830 / Highest offer: £2,254,273 taken into consideration


Section six. Complementary information

six.3) Additional information

It is expected that as part of this framework tenderers will bid for;

Asbestos consultancy – surveying, laboratory testing and air testing (UKAS accredited)

or

HSE licensed asbestos removal contractors (LARC’s) - physical removal and remediation works

In order to maintain independence it is the preference to have separate organisations for each workstream.

It is a mandatory requirement of this Framework Agreement that a prompt payment clause is present in all supply chain Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request

(SC Ref:698802)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court

27 Chambers Street,

Edinburgh

EH1 1LB

Country

United Kingdom