Construction Contract Leads
London
Category Works
Type
No. of Lots 2
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e481 |
Common Procurement Vocabulary | Asbestos-removal work |
Procurement Method | Restricted procedure |
Value | £20,000,000 |
London
Category Works
Type
No. of Lots 2
Status Active
Published 19th Feb 2025
Reference | ocds-h6vhtk-04e481 |
Common Procurement Vocabulary | Asbestos-removal work |
Procurement Method | Restricted procedure |
Value | £20,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Peabody Trust
45, Westminster Bridge Road
London
SE1 7JB
Contact
Yayra Hlordzi
yayra.hlordzi [at] peabody.org.uk
Telephone
+44 7385224213
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.delta-esourcing.com
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-London
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PE0565 - Asbestos Services Framework
Reference number
PE0565
II.1.2) Main CPV code
- 45262660 - Asbestos-removal work
II.1.3) Type of contract
Works
II.1.4) Short description
Asbestos Surveying & Asbestos Abatement Services
II.1.5) Estimated total value
Value excluding VAT: £20,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
II.2.1) Title
Asbestos Abatement and Removal
Lot No
1
II.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
This Lot covers licensed and non-licensed asbestos abatement works
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: £12,800,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Maximum number: 12
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
II.2) Description
II.2.1) Title
Surveys and Re-inspections
Lot No
2
II.2.2) Additional CPV code(s)
- 90650000 - Asbestos removal services
II.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
LONDON
II.2.4) Description of the procurement
This Lot involves the surveying and re-inspection of asbestos-containing materials
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: £7,200,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Maximum number: 12
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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 several operators
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
30 April 2025
Local time
4:00pm
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: 6 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=926770019
GO Reference: GO-2025219-PRO-29483041
VI.4) Procedures for review
VI.4.1) Review body
Peabody Trust
45 Westminster Bridge Road
London
SE1 7JB
Country
United Kingdom