Asbestos Services Framework - Domestic Property
A Contract Award Notice
by THE CITY OF EDINBURGH COUNCIL
- Source
- Find a Tender
- Type
- Framework (Services)
- Duration
- not specified
- Value
- 3M-4M
- Sector
- ENVIRONMENT
- Published
- 05 Jul 2022
- Delivery
- not specified
- Deadline
- n/a
Concepts
Location
1 buyer
- City of Edinburgh Council Edinburgh
8 suppliers
- Lucion Environmental Gateshead
- Franks Portlock Consulting Sunderland
- Environtec Hamilton
- Life Environmental Services Bishops Stortford
- Edp Health Safety & Environmental Consultants Cheshire
- Erith Group Erith
- Rhodar Industrial Services Leeds
- Aspect Contracts Essex
Description
The City of Edinburgh Council has approximately 20,000 Council homes, including 44 multi storey blocks. The Council carries out approximately 120,000 repair and maintenance jobs annually to these properties, using in house Craft Operatives and a framework of R&M contractors. This Service covers emergency (24hrs, 7 days a week), urgent, appointed and routine servicing works. Asbestos work and Services are required to carry out UKAS accredited Asbestos management, refurbishment, demolition and re-inspection surveys as well as sampling, analytical services, removals, encapsulation, disposal works in all blocks and common areas as described above. Contractors are also required to undertake Licensed and Non Licensed Work in addition to Notifiable Non Licenced Asbestos work in relation to all aspects and areas of the fabric of Council Homes including all services, utilities and apparatus contained within whether operational or redundant. In order to maintain Service levels, at times, Asbestos information is required in a timely manner to prevent delays to work.
Lot Division
1 | Asbestos Management Surveying
Carry out UKAS accredited asbestos management, refurbishment and demolition surveys as well as asbestos re-inspection (condition monitoring) surveys as required in domestic housing stock and common areas. |
2 | Asbestos Sampling and Laboratory Analysis
To carry out UKAS accredited buildings materials sampling and laboratory analysis for asbestos content on both a standard turn around service and an accelerated urgent service as required in domestic housing stock and common areas. |
3 | Air Testing and 4 Stage Clearance Testing
To carry out UKAS accredited air testing, including ‘reassurance’, ‘leak’, ‘background’ and other general air testing for the purposes of measuring airborne fibre levels as a risk management precaution, investigation tool or assurance. Carry out personal air testing 4-stage clearance testing [and the associated fibre counting by phase contrast microscopy] as required in domestic housing stock and common areas. |
4 | Asbestos Remediation and Removal
To carry out non-licensed asbestos works (both non-notifiable and notifiable) and licensed asbestos works on both a standard turn around service and an accelerated urgent service as required in domestic housing stock and common areas. |
Award Detail
1 | Lucion Environmental (Gateshead)
|
2 | Franks Portlock Consulting (Sunderland)
|
3 | Environtec (Hamilton)
|
4 | Lucion Environmental (Gateshead)
|
5 | Environtec (Hamilton)
|
6 | Life Environmental Services (Bishops Stortford)
|
7 | Lucion Environmental (Gateshead)
|
8 | Edp Health Safety & Environmental Consultants (Cheshire)
|
9 | Franks Portlock Consulting (Sunderland)
|
10 | Erith Group (Erith)
|
11 | Rhodar Industrial Services (Leeds)
|
12 | Aspect Contracts (Essex)
|
Award Criteria
Quality | 60 |
price | 40 |
CPV Codes
- 90650000 - Asbestos removal services
- 45262660 - Asbestos-removal work
Indicators
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** It is expected that as part of this framework tenderers will bid for; Asbestos consultancy – surveying, laboratory testing and air testing (UKAS accredited) or HSE licensed asbestos removal contractors (LARC’s) - physical removal and remediation works In order to maintain independence it is the preference to have separate organisations for each workstream. It is a mandatory requirement of this Framework Agreement that a prompt payment clause is present in all supply chain Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request (SC Ref:698802)
Reference
- ocds-h6vhtk-02d494
- FTS 018264-2022