Mechanical Sweeper, Road Sweeper Hire, Bond Coat Spraying, Joint Sealant Services, Road Marking Services
London PropTech Show 2026

Asbestos removal services in Glasgow

Date: 2022-04-29 Type of contract:

Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
Official name: NHS Greater Glasgow and Clyde
Postal address: 2nd Floor, Walton Annexe, Glasgow Royal Infirmary, 84 Castle Street
Town: GLASGOW
NUTS code: UKM82 Glasgow City
Postal code: G4 0SF
Country: United Kingdom
Contact person: Ewen Forsyth
E-mail: Ewen.Forsyth@ggc.scot.nhs.uk
Telephone: +44 1412115952
Internet address(es):
Main address: http://www.nhsggc.org.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722
I.4)
Type of the contracting authority
Body governed by public law
I.5)
Main activity
Health
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
GGC0562 Asbestos Surveying & Analytical Services Framework

Reference number: GGC0562
II.1.2)
Main CPV code
90650000 Asbestos removal services
II.1.3)
Type of contract
Services
II.1.4)
Short description:
NHS Greater Glasgow and Clyde (GG&C) (“the participating authority”) require suitably qualified, competent and experienced Consultants to provide a range of Asbestos Surveying and Analytical Services through a framework agreement.

II.1.6)
Information about lots
This contract is divided into lots: no
II.1.7)
Total value of the procurement (excluding VAT)
Value excluding VAT: 3 500 000.00 GBP
II.2)
Description
II.2.2)
Additional CPV code(s)
90650000 Asbestos removal services
90700000 Environmental services
71315400 Building-inspection services
71630000 Technical inspection and testing services
II.2.3)
Place of performance
NUTS code: UKM82 Glasgow City
Main site or place of performance:
NHS Greater Glasgow & Clyde Sites.

II.2.4)
Description of the procurement:
The successful Contractors must be willing to play an active and effective role in understanding the needs and requirements of a large and complex building stock and must support the participating authority through the delivery of a comprehensive and demanding package of services.

The framework will be split into two parts:

Part one will be a ranked framework for routine and emergency work under 5,000 GBP in value. Framework contractors will be ranked in accordance with the overall score achieved following evaluation of all tenders. Where the participating authority intends to call off the framework agreement by submission of an order and the first ranked framework Contractor is capable of meeting the participating authority’s requirements, the participating authority will select the first ranked framework Contractor to undertake the work and supply a purchase order. Without prejudice to the participating authority’s other rights and remedies, if the first ranked framework Contractor is unable or incapable of meeting the participating authority’s requirements (as determined by the participating authority), the participating authority must consider the second ranked framework Contractor for the works and so on, cascading through the framework contractors.

Part two, for Work (Services) over 5,000 GBP in value, a mini competition via Public Contracts Scotland Quick Quote will be carried out between all Contractors who are appointed to this Framework on a project-by-project basis. For all mini-competitions, the prices quoted must be at least as competitive as the Pricing Schedule. The Public Contracts (Scotland) Regulations 2015; regulation 7b allows for mini-competitions be carried out to re-open partly or fully the award criteria for the each contract of work. The award criteria for each mini-competition will be either be based on commercial only or for more complex projects a commercial and technical evaluation will be carried out and awarded on the basis of the most economically advantageous tender as set out in the procurement documents for the framework agreement.

II.2.5)
Award criteria
Quality criterion - Name: Quality Criterion:Technical / Weighting: 50
Cost criterion - Name: Cost Criterion:Commercial / Weighting: 50
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.2.14)
Additional information
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
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.2.1)
Previous publication concerning this procedure
Notice number in the OJ S: 2018/S 229-524193
IV.2.8)
Information about termination of dynamic purchasing system
IV.2.9)
Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract

A contract/lot is awarded: yes
V.2)
Award of contract
V.2.1)
Date of conclusion of the contract:
20/05/2019
V.2.2)
Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: yes
V.2.3)
Name and address of the contractor
Official name: Environtec Limited
Postal address: Environtec House, The Street, Hatfield Peverel
Town: Chelmsford
NUTS code: UKM82 Glasgow City
Postal code: CM3 2EJ
Country: United Kingdom
The contractor is an SME: no
V.2.3)
Name and address of the contractor
Official name: hsl Compliance Ltd
Postal address: Alton House, Alton Business Park, Alton Road, Ross-on-Wye
Town: Herefordshire
NUTS code: UK United Kingdom
Postal code: HR9 5BP
Country: United Kingdom
The contractor is an SME: no
V.2.3)
Name and address of the contractor
Official name: Life Environmental Services
Postal address: C/O Thermac 28 Carmyle Ave
Town: Glasgow
NUTS code: UKM82 Glasgow City
Postal code: G32 8HJ
Country: United Kingdom
The contractor is an SME: no
V.2.4)
Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 3 500 000.00 GBP
V.2.5)
Information about subcontracting
Section VI: Complementary information

VI.3)
Additional information:
(SC Ref:691356)

VI.4)
Procedures for review
VI.4.1)
Review body
Official name: Sheriff Clerk's Office
Postal address: PO Box 23, 1 Carlton Place,
Town: GLASGOW
Postal code: G5 9DA
Country: United Kingdom
Internet address: http://www.nhsggc.org.uk/
VI.5)
Date of dispatch of this notice:
26/04/2022

Tags: Glasgow, Asbestos removal services, Asbestos Surveying, Building inspection services, Work Services
/images/banners/London_Build_2026_250x250.webp