Construction Contract Leads
Yorkshire and the Humber
Category Services
Type
No. of Lots 1
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e5b0 |
Common Procurement Vocabulary | Asbestos removal services |
Procurement Method | Open procedure |
Value | £400,000 |
Yorkshire and the Humber
Category Services
Type
No. of Lots 1
Status Active
Published 20th Feb 2025
Reference | ocds-h6vhtk-04e5b0 |
Common Procurement Vocabulary | Asbestos removal services |
Procurement Method | Open procedure |
Value | £400,000 |
Section I: Contracting authority
I.1) Name and addresses
Rotherham Metropolitan Borough Council
Riverside House, Main Street
Rotherham
S60 1AE
Contact
Jonathan Teasdale
jonathan.teasdale [at] rotherham.gov.uk
Telephone
+44 1709334196
Country
United Kingdom
NUTS code
UKE31 - Barnsley, Doncaster and Rotherham
National registration number
GB173552264
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
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 - Asbestos removal services
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.1.5) Estimated total value
Value excluding VAT: £400,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKE31 - Barnsley, Doncaster and Rotherham
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £400,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed within the tender documents.
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
Framework agreement with a single operator
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2025
Local time
3:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
24 March 2025
Local time
3:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.4) Procedures for review
VI.4.1) Review body
High Court
The Royal Courts of Justice, The Strand,
London
WC2A 2LL
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
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
Country
United Kingdom