Leavers: Framework for Asbestos Management Services

  Leavers is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Framework for Asbestos Management Services
Notice type: Contract Notice
Authority: Leavers
Nature of contract: Services
Procedure: Restricted
Short Description: Framework For Asbestos Management Services split into three separate Lots. Lot 1: Management of Asbestos Services to include Surveying, Sampling, Air Monitoring, Consultancy. Lot 2: Removal and Remedial Work to include Non Licenced and Licenced Removal and disposal, Remedial Work, Consultancy. Lot 3: Training Services to include Asbestos Awareness Training, Regulation 4 Duty of Care, Asbestos Awareness Category B Non Licence Training. The estimated total value of the framework is based on the current spend averages through the NHC's existing framework and an allowance for future members to access the framework.
Published: 14/10/2015 09:59
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Sunderland: Asbestos-removal work.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Northern Housing Consortium Ltd
      Webster's Ropery, Sunderland, SR4 6DJ, United Kingdom
      Tel. +44 1915661000, Email: Robert.Mooney@northern-consortium.org.uk, URL: www.northern-consortium.org.uk, URL: www.northern-consortium.org.uk
      Contact: Northern Housing Consortium, Attn: Robert Mooney
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Other: Central Purchasing Body

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Framework for Asbestos Management Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
            maximum number of participants to the framework agreement envisaged: 60
         Duration of the framework agreement:
                        Duration in months: 48
         Estimated total value of purchases for the entire duration of the framework agreement:
                        
            Estimated value excluding VAT: 60,000,000
            Currency: GBP
                              
      II.1.5)Short description of the contract or purchase:
      Asbestos-removal work. Asbestos removal services. Building surveying services. Training services. Framework For Asbestos Management Services split into three separate Lots. Lot 1: Management of Asbestos Services to include Surveying, Sampling, Air Monitoring, Consultancy. Lot 2: Removal and Remedial Work to include Non Licenced and Licenced Removal and disposal, Remedial Work, Consultancy. Lot 3: Training Services to include Asbestos Awareness Training, Regulation 4 Duty of Care, Asbestos Awareness Category B Non Licence Training. The estimated total value of the framework is based on the current spend averages through the NHC's existing framework and an allowance for future members to access the framework.
         
      II.1.6)Common Procurement Vocabulary:
         45262660 - Asbestos-removal work.
         
         90650000 - Asbestos removal services.
         
         71315300 - Building surveying services.
         
         80500000 - Training services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      On the date of publishing this opportunity, there are approximately 350 NHC Members all of whom will be able to access this opportunity during its 4 year duration. Collectively, these call-off contracts could equate to up to £60Million GBP(contract value). The framework is open to all current and future members of the NHC. A list of all current members and all eligible future members can be found on our website — http://www.northern-consortium.org.uk/membership/our-members/      
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Lot 1: Management of Asbestos Services

      1)Short Description:      
      To provide the following services:
Surveying
Sampling
Air Monitoring
Consultancy

      2)Common Procurement Vocabulary:
         90650000 - Asbestos removal services.
         
      3)Quantity Or Scope:      
      This will vary by individual member however will be within the scope of the specification provided.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 48
                                          
                  
         5)Additional Information About Lots:         
            There is potential for Members to award contracts under this framework agreement for differing contract lengths, on average this could be upto 48 months (with options to extend in between).      
      Lot No: 2
      Title: Lot 2: Removal and Remedial Work

      1)Short Description:      
      Non Licenced and Licenced Removal and disposal
Remedial Work
Consultancy

      2)Common Procurement Vocabulary:
         45262660 - Asbestos-removal work.
         
      3)Quantity Or Scope:      
      This will vary by individual member however will be within the scope of the specification provided.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 48
                                          
                  
         5)Additional Information About Lots:         
            There is potential for Members to award contracts under this framework agreement for differing contract lengths, on average this could be upto 48 months (with options to extend in between).      
      Lot No: 3
      Title: Lot 3: Training Services

      1)Short Description:      
      Asbestos Awareness Training
Regulation 4 Duty of Care
Asbestos Awareness Category B Non Licence Training

      2)Common Procurement Vocabulary:
         90650000 - Asbestos removal services.
            FA04-5 - For training purposes
         
      3)Quantity Or Scope:      
      This will vary by individual member however will be within the scope of the specification provided.               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract                        
         Duration in months: 48
                                          
                  
         5)Additional Information About Lots:         
            There is potential for Members to award contracts under this framework agreement for differing contract lengths, on average this could be upto 48 months (with options to extend in between).         
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Further details contained within the framework agreement and supply agreement documents provided —Standard 30 day payment, commission value to NHC (up to a maximum of 3%) per call off and membership fee (£262.50 per annum).
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      NHC reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Performance - please see contract documentation and KPI's within the framework specification.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         Please refer to Framework documentation.         
         Minimum Level(s) of standards possibly required:
         Turnover requirement is based on the lowest contract value through the current framework and is therefore a minimum £30,000.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         Mandatory requirements specific to each lot are detailed within the PQQ documentation provided.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Yes       
      If yes, reference to relevant law, regulation or administrative provision:
      Licensed asbestos removal organisations.
Qualified asbestos training professionals.
Qualified asbestos surveying professionals.      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 60
         
         Objective Criteria for choosing the limited number of candidates:
         Evaluation of both PQQ and ITT submissions. Applicants must meet all of the mandatory requirements of the PQQ successfully pass PQQ and must then meet a minimum total percentage score of 50% to be awarded to the framework. The 20 highest scoring bidders in each Lot with a percentage score of 50% or above will be appointed to the Framework.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated below
            Criteria - Weighting
            Quality - 60
            Price - 40

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Framework for Asbestos Management Services      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 16/11/2015
         Time: 10:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 27/11/2015      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   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, and the contract will be awarded on the basis of the most economically advantageous tender. The access code for the PQQ box via Delta is 2ZW24556BC.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Asbestos-removal-work./2ZW24556BC

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2ZW24556BC
GO-20151014-PRO-7190098 TKR-20151014-PRO-7190097
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Northern Housing Consortium Ltd
      Webster's Ropery, Ropery Road,, Deptford Terrace,, Sunderland, SR4 6DJ, United Kingdom
      Tel. +44 1915661000, Email: Robert.Mooney@northern-consortium.org.uk, URL: www.northern-consortium.org.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Northern Housing Consortium Ltd
      Webster's Ropery, Ropery Road,, Deptford Terrace,, Sunderland, SR4 6DJ, United Kingdom
      Tel. +44 1915661000, Email: Robert.Mooney@northern-consortium.org.uk, URL: www.northern-consortium.org.uk

   VI.5) Date Of Dispatch Of This Notice: 14/10/2015

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      NHC Members - Please see website link provided.
      Sunderland, Sunderland, SR4 6DJ, United Kingdom

View any Notice Addenda

View Award Notice

UK-Sunderland: Asbestos-removal work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Northern Housing Consortium Ltd
       Webster's Ropery, Sunderland, SR4 6DJ, United Kingdom
       Tel. +44 1915661000, Email: Robert.Mooney@northern-consortium.org.uk
       Contact: Northern Housing Consortium
       Main Address: https://www.northern-consortium.org.uk, Address of the buyer profile: https://www.northern-consortium.org.uk
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Other type:: Central Purchasing Body

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Framework for Asbestos Management Services            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         45262660 - Asbestos-removal work.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Framework For Asbestos Management Services split into three separate Lots. Lot 1: Management of Asbestos Services to include Surveying, Sampling, Air Monitoring, Consultancy. Lot 2: Removal and Remedial Work to include Non Licenced and Licenced Removal and disposal, Remedial Work, Consultancy. Lot 3: Training Services to include Asbestos Awareness Training, Regulation 4 Duty of Care, Asbestos Awareness Category B Non Licence Training. The estimated total value of the framework is based on the current spend averages through the NHC's existing framework and an allowance for future members to access the framework.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                          
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 60,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1: Management of Asbestos Services   
      Lot No:1

      II.2.2) Additional CPV code(s):
            90650000 - Asbestos removal services.
            45262660 - Asbestos-removal work.
            71315300 - Building surveying services.
            80500000 - Training services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: To provide the following services:
Surveying
Sampling
Air Monitoring
Consultancy

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
      Quality criterion - Name: Price / Weighting: 40
                  
      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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2: Removal and Remedial Work   
      Lot No:2

      II.2.2) Additional CPV code(s):
            45262660 - Asbestos-removal work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Non Licenced and Licenced Removal and disposal
Remedial Work
Consultancy

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Criterion 1 / 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3: Training Services   
      Lot No:3

      II.2.2) Additional CPV code(s):
            90650000 - Asbestos removal services.
               FA04-5 - For training purposes


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Asbestos Awareness Training
Regulation 4 Duty of Care
Asbestos Awareness Category B Non Licence Training

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Criterion 1 / 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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Restricted


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      A dynamic purchasing system was set up: No

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Management of Asbestos Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/03/2016

      V.2.2) Information about tenders
         Number of tenders received: 30
         Number of tenders received from SMEs: 30 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 30

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Askams Compliance Services Ltd, 6769417
             Unit 10 Atley Business Park, Atley Way, Cramlington, Northumberland, NE23 1WP, United Kingdom
             Tel. +44 1670737355, Email: bids@askams.co.uk
             Internet address: http://www.askams.co.uk
             NUTS Code: UKC21
            The contractor is an SME: Yes
         
         Contractor (No.2)
             ASI Environmental Limited, 6886526
             6 Testwood Lane, Totton,, Southampton,, Hampshire,, SO40 3AQ, United Kingdom
             Tel. +44 2380427750, Email: craig@asi.co.com
             Internet address: http://www.asi-asbestos-surveys.co.uk/
             NUTS Code: UKJ33
            The contractor is an SME: Yes
         
         Contractor (No.3)
             DMW Environmental Safety Ltd, 3576012
             Unit 4, Calibre Industrial Park, Laches Close, Four Ashes,, Wolverhampton,, WV10 7DZ, United Kingdom
             Tel. +44 1902791565, Email: nickwilliams@dmwsafety.co.uk
             Internet address: https://www.dmwsafety.co.uk
             NUTS Code: UKG35
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Encompassed Limited, 06018673
             1, Somerset Court,, Brinsea Road,, Congresbury,, North Somerset., BS49 5JL, United Kingdom
             Tel. +44 1934853803, Email: tony.sprague@encompassed.co.uk
             Internet address: http://www.encompassed.co.uk
             NUTS Code: UKK12
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Environmental Essentials Ltd, 05097507
             Unit 3 Arlington Court,, Silverdale Enterprise Park,, Cannel Row,, Newcastle under Lyme, Staffordshire,, ST56SS, United Kingdom
             Tel. +44 8454569953, Email: jsidley@environmentalessentials.co.uk
             Internet address: http://www.environmentalessentials.co.uk/
             NUTS Code: UKG24
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Environtec Limited, 02981693
             Environtec Hous,, The Street ,Hatfield Peverel ,, Chelmsford ,, Essex ,, CM3 2EJ, United Kingdom
             Tel. +44 1484711133, Email: tenders@environtec.com
             Internet address: http://www.environtec.com
             NUTS Code: UKH3
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Gully Howard Technical Ltd, 5128356
             5 St George’s Business Centre,, St George’s Square, Portsmouth, PO1 3EY, United Kingdom
             Tel. +44 1919610202, Email: Michael.barber@ghtechnical.com
             Internet address: http://www.ghtechnical.com/
             NUTS Code: UKJ31
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Lucion Environmental Limited, 6495874
             Unit 7 Halifax Court,, Dunston,, Gateshead, Tyne and Wear,, NE11 9JT, United Kingdom
             Tel. +44 1914618999, Email: bids@locion.co.uk
             Internet address: http://www.lucionservices.com/
             NUTS Code: UKC2
            The contractor is an SME: Yes
         
         Contractor (No.9)
             McHale Contracts & Plant Environmental LLP trading as MCP Environmental LLP, OC348998
             44 The Pantiles,, Tunbridge Wells,, Kent,, TN2 5TN, United Kingdom
             Tel. +44 1274601021, Email: chris.roe@mcp-environmental.co.uk
             Internet address: http://www.mcp-environmental.com
             NUTS Code: UKJ4
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Pennington Choices Limited, 3945920
             The Old Barn, Brookfield House,, Tarporley Road,, Norcott Brook,, Cheshire,, WA4 4EA, United Kingdom
             Tel. +44 1928568842, Email: thaden@pennington.org.uk
             Internet address: http://www.pennington.org.uk/
             NUTS Code: UKD2
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 60,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Management of Asbestos Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/03/2016

      V.2.2) Information about tenders
         Number of tenders received: 30
         Number of tenders received from SMEs: 30 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 30

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             SGS MIS Environmental Limited, 04183187
             Innward Way,, Rossmore Business Park, Ellesmere port, Cheshire, CH65 3EN, United Kingdom
             Tel. +44 1207500463, Email: ben.gilhespy@sgs.com
             Internet address: http://www.mis-environmental.co.uk
             NUTS Code: UKD2
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Tersus Consultancy Ltd, 01912115
             First Floor Rainham House,, Manor Way,, Rainham,, Essex,, RM13 8RH, United Kingdom
             Tel. +44 121244828, Email: joanne.hodgkiss@tersusgroup.co.uk
             Internet address: http://www.tersusgroup.co.uk/
             NUTS Code: UKH3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 60,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Removal and Remedial Work

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/03/2016

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: 18 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 18

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Asbestos Control and Treatment Ltd, 3770250
             14 Lingard Court,, Skypark Trading Estate,, Owen Drive,, Liverpool, L24 1YL, United Kingdom
             Tel. +44 8450170505, Email: catherine.kelly@act.uk.net
             Internet address: http://www.act.uk.net
             NUTS Code: UKD52
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Aspect Contracts Limited, 6459279
             Aspect House,, Honywood Road,, Basildon,, Essex,, SS14 3DS, United Kingdom
             Tel. +44 1132711346, Email: bidteam@aspectcontracts.co.uk
             Internet address: http://www.aspectcontracts.co.uk
             NUTS Code: UKH3
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Axiom Building Solutions Ltd, 07426631
             280 Woodend Road,, Wednesfield,, Wolverhampton,, WV11 1YD, United Kingdom
             Tel. +44 1902728289, Email: mark.powers@axiom-asbestos.co.uk
             Internet address: http://www.axiom-asbestos.co.uk
             NUTS Code: UKG35
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Chirmarn Limited, 1276545
             Newburn Bridge Road, Blaydon, Tyne and Wear, Gateahead, NE21 4NT, United Kingdom
             Tel. +44 9194148000, Email: dave.wales@chrimarn.co.uk
             Internet address: http://www.chirmarn.co.uk
             NUTS Code: UKC2
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Clarke's Environmental Limited, 5895979
             2 Moxon Court,, Thurston Road,, Northallerton,, North Yorkshire,, DL6 2NG, United Kingdom
             Tel. +44 609781016, Email: vicky.wilson@clarkesenvironmental.co.uk
             Internet address: http://www.clarkesenvironmental.co.uk
             NUTS Code: UKE2
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Gentoo Construction Limited, 06163808
             Emperor House,, 2 Emperor Way,, Doxford International Business Park,, Sunderland,, SR3 3XR, United Kingdom
             Tel. +44 1915255131, Email: barbara.foreman@gentooconstruction.com
             Internet address: http://www.gentoogroup.com
             NUTS Code: UKC23
            The contractor is an SME: Yes
         
         Contractor (No.7)
             MAN Environmental Services Limited, 08470460
             Unit 3 Gateway Court, Dankerwood Road, South Hykeham, Lincoln, LN6 9UL, United Kingdom
             Tel. +44 1522681394, Email: nick@manenvironmental.co.uk
             Internet address: http://www.manenvironmental.co.uk
             NUTS Code: UKF3
            The contractor is an SME: Yes
         
         Contractor (No.8)
             May Construction Management Limited, 08997737
             45 High Street,, Haverfordwest,, Pembrokeshire,, SA61 2BP, United Kingdom
             Tel. +44 1268928310, Email: James.may@maycm.com
             NUTS Code: UKL
            The contractor is an SME: Yes
         
         Contractor (No.9)
             McHale Contracts & Plant Environmental LLP trading as MCP Environmental LLP, OC348998
             44 The Pantiles,, Tunbridge Wells,, Kent,, TN2 5TN, United Kingdom
             Tel. +44 1274601021, Email: chris.roe@mcp-environmental.co.uk
             Internet address: http://www.mcp-environmental.com
             NUTS Code: UKJ4
            The contractor is an SME: Yes
         
         Contractor (No.10)
             16 Trinity Centre,, 7798275
             Park Farm Industrial Estate,, Wellingborough,, Northamptonshire,, NN8 6ZB, United Kingdom
             Tel. +44 8448000801, Email: MCarter@oracleasbestos.com
             Internet address: http://www.oracleasbestos.com
             NUTS Code: UKF23
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 6,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Removal and Remedial Work

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/03/2016

      V.2.2) Information about tenders
         Number of tenders received: 18
         Number of tenders received from SMEs: 18 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 18

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Rilmac Insulation Limited, 01022984
             Crofton Drive, Allenby Road Industrial Estate, Lincoln, Lincolnshire, LN3 4NJ, United Kingdom
             Tel. +44 1522781346, Email: c.yems@rilmac.co.uk
             Internet address: http://www.rilmac.co.uk
             NUTS Code: UKF3
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Spectra Analysis Services Ltd, 4664619
             2 Olympic Business Centre,, Paycocke Road,, Basildon,, Essex,, SS14 3EX, United Kingdom
             Tel. +44 1748826303, Email: procurement@spectra-analysis.co.uk
             Internet address: http://www.spectra-analysis.co.uk
             NUTS Code: UKH3
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 60,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Training Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/03/2016

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: 20 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 20

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Airborne Environmental Consultants Ltd, 3442515
             23 Wheel Forge Way,, Ashburton Point,, Trafford Park,, Manchester, M17 1EH, United Kingdom
             Tel. +44 1618727111, Email: chris.mackay@aec.uk.net
             Internet address: http://www.aceconsultants.co.uk
             NUTS Code: UKD3
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Askams Compliance Services Ltd, 6769417
             Unit 10 Atley Business Park,, Atley Way,, Cramlington,, Northumberland,, NE23 1WP, United Kingdom
             Tel. +44 1670737355, Email: bids@askams.co.uk
             Internet address: http://www.askams.co.uk
             NUTS Code: UKC21
            The contractor is an SME: Yes
         
         Contractor (No.3)
             DMW Environmental Safety Ltd, 3576012
             Unit 4, Calibre Industrial Park,, Laches Close,, Four Ashes,, Wolverhampton,, WV10 7DZ, United Kingdom
             Tel. +44 1902791565, Email: nickwilliams@dmwsafety.co.uk
             Internet address: https://www.dmwsafety.co.uk
             NUTS Code: UKG35
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Encompassed Limited, 06018673
             1, Somerset Court,, Brinsea Road,, Congresbury,, North Somerset., BS49 5JL, United Kingdom
             Tel. +44 1934853803, Email: tony.sprague@encompassed.co.uk
             Internet address: http://www.encompassed.co.uk
             NUTS Code: UKK12
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Environmental Essentials Ltd, 05097507
             Unit 3 Arlington Court, Silverdale Enterprise Park,, Cannel Row,, Newcastle under Lyme,, Staffordshire, , ST56SS, United Kingdom
             Tel. +44 8454569953, Email: jsidley@environmentalessentials.co.uk
             Internet address: http://www.environmentalessentials.co.uk
             NUTS Code: UKG2
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Environtec Limited, 02981693
             Environtec House, The Street, ,, Hatfield Peverel, Chelmsford,, Essex, CM3 2EJ, United Kingdom
             Tel. +44 1484711133, Email: tenders@environtec.com
             Internet address: http://www.environtec.com
             NUTS Code: UKH3
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Gully Howard Technical Ltd, 5128356
             5 St George’s Business Centre,, St George’s Square, Portsmouth, PO1 3EY, United Kingdom
             Tel. +44 1919610202, Email: Michael.barber@ghtechnical.com
             Internet address: http://www.ghtechnical.com
             NUTS Code: UKJ31
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Lucion Environmental Limited, 6495874
             Unit 7 Halifax Court,, Dunston,, Gateshead,, Tyne and Wear,, NE11 9JT, United Kingdom
             Tel. +44 1914618999, Email: bids@lucion.co.uk
             Internet address: http://www.lucionservices.com
             NUTS Code: UKC2
            The contractor is an SME: Yes
         
         Contractor (No.9)
             MAN Environmental Services Limited
             Unit 3 Gateway Court, Dankerwood Road, South Hykeham, Lincoln, LN6 9UL, United Kingdom
             Tel. +44 1522681394, Email: nick@manenvironmental.co.uk
             Internet address: http://www.manenvironmental.co.uk
             NUTS Code: UKF30
            The contractor is an SME: Yes
         
         Contractor (No.10)
             McHale Contracts & Plant Environmental LLP trading as MCP Environmental LLP, OC348998
             44 The Pantiles,, Tunbridge Wells,, Kent,, TN2 5TN, United Kingdom
             Tel. +44 1274601021, Email: chris.roe@mcp-environmental.co.uk
             Internet address: http://www.mcp-environmental.com
             NUTS Code: UKJ4
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 60,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Training Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 15/03/2016

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: 20 (SME - as defined in Commission Recommendation 2003/361/EC)          
         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: 20

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             MDS Environmental Services Ltd
             61a Lord Avenue,, Teesside Industrial Estate, Stockton on Tees, TS17 9JX, United Kingdom
             Tel. +44 1642753000, Email: jondalton@mdsenvironmental.co.uk
             Internet address: http://www.mdsenvironmental.co.uk
             NUTS Code: UKC11
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Pennington Choices Limited, 3945920
             The Old Barn, Brookfield House,, Tarporley Road,, Norcott Brook,, Cheshire,, WA4 4EA, United Kingdom
             Tel. +44 192568842, Email: thaden@pennington.org.uk
             Internet address: http://www.pennington.org.uk
             NUTS Code: UKD2
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 60,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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, and the contract will be awarded on the basis of the most economically advantageous tender. The access code for the PQQ box via Delta is 2ZW24556BC.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=198450074

   VI.4) Procedures for review

      VI.4.1) Review body
          Northern Housing Consortium Ltd
          Webster's Ropery, Ropery Road,, Deptford Terrace,, Sunderland, SR4 6DJ, United Kingdom
          Tel. +44 1915661000, Email: Robert.Mooney@northern-consortium.org.uk
          Internet address: http://www.northern-consortium.org.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Northern Housing Consortium Ltd
          Webster's Ropery, Ropery Road,, Deptford Terrace,, Sunderland, SR4 6DJ, United Kingdom
          Tel. +44 1915661000, Email: Robert.Mooney@northern-consortium.org.uk
          Internet address: http://www.northern-consortium.org.uk

   VI.5) Date of dispatch of this notice: 12/04/2016

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       NHC Members - Please see website link provided.
       Sunderland, Sunderland, SR4 6DJ, United Kingdom
       Email: robert.mooney@northern-housing.org.uk
       Main Address: http://www.northern-consortium.org.uk
       NUTS Code: UK
   
   2: Contracting Authority
       Northern Housing Consortium Ltd
       Webster's Ropery, Sunderland, SR4 6DJ, United Kingdom
       Email: robert.mooney@northern-consoortium.org.uk
       Main Address: http://www.northern-consortium.org.uk/
       NUTS Code: UK