Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Asbestos Services Framework

  • First published: 07 April 2025
  • Last modified: 07 April 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e7ba
Published by:
West Lothian Council
Authority ID:
AA20985
Publication date:
07 April 2025
Deadline date:
02 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
71610000 Composition and purity testing and analysis services Technical testing, analysis and consultancy services
71313430 Environmental indicators analysis for construction Environmental engineering consultancy services
71355000 Surveying services Engineering-related scientific and technical services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Catriona.Peden@westlothian.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.