Opportunity

Asbestos Framework

  • Peabody Trust

F02: Contract notice

Notice reference: 2021/S 000-028378

Published 12 November 2021, 4:14pm



Section one: Contracting authority

one.1) Name and addresses

Peabody Trust

Minster Court, 45-47 Westminster Bridge Road

London

SE1 7JB

Contact

Peabody Trust

Email

jack.ashcroft1@peabody.org.uk

Telephone

+44 7443219247

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.peabody.org.uk

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:-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