Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Rotherham Metropolitan Borough Council
GB173552264
Riverside House, Main Street
Rotherham
S60 1AE
UK
Contact person: Jonathan Teasdale
Telephone: +44 1709334196
E-mail: jonathan.teasdale@rotherham.gov.uk
NUTS: UKE31
Internet address(es)
Main address: https://www.rotherham.gov.uk/
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104118
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 Removal Services
Reference number: 22-179
II.1.2) Main CPV code
90650000
II.1.3) Type of contract
Services
II.1.4) Short description
The Council is seeking a single contractor to perform asbestos removal and abatement services for various properties under RMBC's management. These properties encompass domestic units, communal areas, and other assets and buildings within the HRA. The Council is seeking a contractor to perform asbestos removal and abatement services for various properties under RMBC's management. These properties encompass domestic units, communal areas, and other assets and buildings within the HRA.
To comply with our statutory obligations under the Control of Asbestos Regulations 2012, Health and Safety at Work Act and other relevant legislation the Contractor must be able to undertake the works directly, and will include:
• Licenced asbestos removals
• Notifiable non-licenced works
• Non-Licenced works
• Removal of small structures (garages/sheds or similar)
• Clearance of the affected site with segregation of waste
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKE31
Main site or place of performance:
Rotherham Borough
II.2.4) Description of the procurement
The Council is seeking a single contractor to perform asbestos removal and abatement services for various properties under RMBC's management. These properties encompass domestic units, communal areas, and other assets and buildings within the HRA. The Council is seeking a contractor to perform asbestos removal and abatement services for various properties under RMBC's management. These properties encompass domestic units, communal areas, and other assets and buildings within the HRA.
To comply with our statutory obligations under the Control of Asbestos Regulations 2012, Health and Safety at Work Act and other relevant legislation the Contractor must be able to undertake the works directly, and will include:
• Licenced asbestos removals
• Notifiable non-licenced works
• Non-Licenced works
• Removal of small structures (garages/sheds or similar)
• Clearance of the affected site with segregation of waste
II.2.5) Award criteria
Quality criterion: Method Statement Questions
/ Weighting: 40
Quality criterion: Social Value
/ Weighting: 20
Price
/ Weighting:
40
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 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
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 000-006465
Section V: Award of contract
Contract No: 1
Title: Asbestos Removal Services
A contract/lot is awarded:
No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
VI.3) Additional information
We have identified significant issues within the tendered scope and the schedule of rates that impact the integrity and viability of the process and provide clear areas of ambiguity and anomaly which cannot be addressed within the current process. As a result, we have made the decision to abandon the current tender process with the contract not being awarded.
VI.4) Procedures for review
VI.4.1) Review body
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the Contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
17/11/2025