Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Lothian Council
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
UK
Contact person: Catriona Peden
Telephone: +44 1506283312
E-mail: Catriona.Peden@westlothian.gov.uk
Fax: +44 1506281325
NUTS: UKM78
Internet address(es)
Main address: http://www.westlothian.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Asbestos Services Framework
Reference number: CC14035
II.1.2) Main CPV code
45262660
II.1.3) Type of contract
Works
II.1.4) Short description
Tender for setting up of a three lot framework for asbestos surveying, analytics and removal services
II.1.5) Estimated total value
Value excluding VAT:
12 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Asbestos Surveying
II.2.2) Additional CPV code(s)
90650000
71355000
II.2.3) Place of performance
NUTS code:
UKM78
Main site or place of performance:
West Lothian Council properties
II.2.4) Description of the procurement
Surveying properties to identify asbestos and inform asbestos removal works
II.2.5) Award criteria
Criteria below:
Quality criterion: Survey Report
/ Weighting: 9
Quality criterion: Service Delivery
/ Weighting: 2
Quality criterion: Competence
/ Weighting: 2
Quality criterion: Communication
/ Weighting: 5
Quality criterion: Survey Planning
/ Weighting: 10
Quality criterion: Fair Work First
/ Weighting: 2
Price
/ Weighting:
70
II.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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Asbestos Analytics
II.2.2) Additional CPV code(s)
90650000
71313430
71600000
71610000
II.2.3) Place of performance
NUTS code:
UKM78
Main site or place of performance:
West Lothian Council properties
II.2.4) Description of the procurement
Analysis of air quality on asbestos removal sites
II.2.5) Award criteria
Criteria below:
Quality criterion: Competency
/ Weighting: 3
Quality criterion: RAMS and CfR
/ Weighting: 10
Quality criterion: Resourcing
/ Weighting: 5
Quality criterion: Sceanrio Planning
/ Weighting: 10
Quality criterion: Fair Work First
/ Weighting: 2
Price
/ Weighting:
70
II.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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Asbestos Removals
II.2.2) Additional CPV code(s)
45262660
90650000
II.2.3) Place of performance
NUTS code:
UKM78
Main site or place of performance:
West Lothian Council properties
II.2.4) Description of the procurement
Framework lot for asbestos removal contractors to deal with domestic, educational and commercial properties
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Delivery
/ Weighting: 3
Quality criterion: Competency
/ Weighting: 2
Quality criterion: Removal Planning Scenario
/ Weighting: 10
Quality criterion: Communication
/ Weighting: 3
Quality criterion: Innovative Approaches
/ Weighting: 10
Quality criterion: Fair Work First
/ Weighting: 2
Price
/ Weighting:
70
II.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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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)
III.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 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
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Key Performance Indicators are noted in the Specifications.
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 6
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-007135
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/05/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
02/05/2025
Local time: 12:00
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 VI: Complementary information
VI.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
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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)
VI.4) Procedures for review
VI.4.1) Review body
Livingston Sheriff Court
West Lothian Civic Centre
Livingston
EH54 6FF
UK
VI.5) Date of dispatch of this notice
24/03/2025