Section one: Contracting authority
one.1) Name and addresses
Peabody Trust
Minster Court, 45-47 Westminster Bridge Road
London
SE1 7JB
Contact
Peabody Trust
Telephone
+44 7443219247
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
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:-Asbestos-removal-services./J48VB7B4SD
Additional information can be obtained from the above-mentioned address
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
Asbestos Framework
two.1.2) Main CPV code
- 90650000 - Asbestos removal services
two.1.3) Type of contract
Services
two.1.4) Short description
Peabody Trust invites tenders for the purpose of establishing a Framework Agreement split into the following 3 Lots:
Lot 1: Asbestos Abatement & Removal
Lot 2: Surveys and Re-Inspections
Lot 3: Voids Surveys
two.1.5) Estimated total value
Value excluding VAT: £3,300,000
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
Asbestos Abatement & Removal
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
- UKI - London
Main site or place of performance
LONDON
two.2.4) Description of the procurement
The scope of works deemed to be included within Lot 1 comprises of, but is not limited to:
•Carry out Licenced, Non-Licenced and Notifiable Non-Licensed Abatement works. The contractor will include for attending and completing works as per the required work order priority set out within the prelims.
•Removal and disposal of all materials including correct labelling and marking of material .
•Provide full certification, consignment notes and certificate of re-occupation. These are to be submitted via secure file transfer in a format agreed with the Employer during mobilisation.
•Provide detailed updates against the Employer’s Keystone asbestos register.
•Liaising with partnering contractors and agencies to progress complex works and works requiring joint attendance.
•Occasional remedial works to make good or make safe, for example asbestos encapsulating paint.
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: £1,560,000
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.2.10) 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
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/J48VB7B4SD
two.2) Description
two.2.1) Title
Asbestos Surveys & Re-Inspections
Lot No
2
two.2.2) Additional CPV code(s)
- 71600000 - Technical testing, analysis and consultancy services
- 71631000 - Technical inspection services
- 71632000 - Technical testing services
- 71630000 - Technical inspection and testing services
- 71317210 - Health and safety consultancy services
- 71900000 - Laboratory services
- 80531200 - Technical training services
- 71315100 - Building-fabric consultancy 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
The scope of works deemed to be included within Lot 2 comprises of, but is not limited to:
•The undertaking of the Employers re-inspection programme as per the Asbestos Management Plan and associated procedure, to include all documentation and certification as required by the Employer, and completion of any associated testing identified through re-inspection.
•Carry out the following surveys:
oManagement Surveys
oRefurbishment Surveys
oCombination Management and refurbishment Surveys
oRe-inspection Surveys
oBulk Sampling
oSEM Testing
oBackground, Personal Monitoring or Reassurance Air Testing
oAsbestos in Soils
oSite clearance and certification (4SC)
oRetrospective Risk Assessment
•The Contractor may also be required to undertake some consultancy work.
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: £1,260,000
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: 4
Maximum number: 8
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 Voids Surveys
Lot No
3
two.2.2) Additional CPV code(s)
- 71600000 - Technical testing, analysis and consultancy services
- 71631000 - Technical inspection services
- 71632000 - Technical testing services
- 71630000 - Technical inspection and testing services
- 71315100 - Building-fabric consultancy services
- 71317210 - Health and safety consultancy 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
The scope of works deemed to be included within Lot 3 comprises of, but is not limited to:
oManagement Surveys
oRefurbishment Surveys of individual room(s)
oCombination Management and Refurbishment Survey
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: £410,000
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: 4
Maximum number: 8
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
Further details of the required accreditations for each Lot can be found in the SQ Questionnaire.
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
13 December 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
24 January 2022
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)
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
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Asbestos-removal-services./J48VB7B4SD
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/J48VB7B4SD
GO Reference: GO-20211112-PRO-19227241
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
London
Country
United Kingdom