← Back to opportunities

Asbestos Works and Services

University Of Edinburgh

Buyer Contact Info

Buyer Name: University Of Edinburgh

Buyer Address: Charles Stewart House, 9-16 Chambers Street, Edinburgh, UKM75, EH1 1HT

Contact Email: cbarlass@ed.ac.uk

Contact Telephone: +44 1316502759

Status
active
Procedure
open
Value
4720000.0 GBP
Published
16 Jan 2026, 00:00
Deadline
16 Feb 2026, 12:00
Contract Start
n/a
Contract End
n/a
Category
works
CPV
45262660
Region
n/a
Awarded To
n/a
Official Source
Open Public Contracts Scotland

Description

The University of Edinburgh requires an Estate wide asbestos works and services framework agreement for the provision of asbestos surveys, analytical services, removal and remediation works. This project will be divided into 3 lots. Lot 1 Asbestos Removal Works. Lot 2 Surveying and Analytical Services –Central & Med and Vets Lot 3 Surveying and Analytical Services – Kings Buildings & This will be via an Open procedure bidders must self-certify adherence to selection criteria via the ESPD (Scotland) on PCS-T. Bidders may submit bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3, prior to contract award. Where a bidder is awarded a position on Lot 1 it will not be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR 3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the remaining Lot with the original 2nd ranked supplier being elevated to 1st rank. It is estimated this will be a 4 year Framework on a 2+1+1 basis. Value Estimates as: 1 Asbestos Removal Works Across the estate 4,000,000 GBP 2 Surveying and Analytical Services Central & Med & Vets 360,000GBP 3 Surveying and Analytical Services Kings Building & Accommodation Area. 360,000GBP

Linked Documents

Some PCS documents require login and recording interest on the source portal before download links are available.

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN547412

Link Title: Asbestos Works and Services

Link Description: The University of Edinburgh requires an Estate wide asbestos works and services framework agreement for the provision of asbestos surveys, analytical services, removal and remediation works. This project will be divided into 3 lots. Lot 1 Asbestos Removal Works. Lot 2 Surveying and Analytical Services –Central & Med and Vets Lot 3 Surveying and Analytical Services – Kings Buildings & This will be via an Open procedure bidders must self-certify adherence to selection criteria via the ESPD (Scotland) on PCS-T. Bidders may submit bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3, prior to contract award. Where a bidder is awarded a position on Lot 1 it will not be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR 3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the remaining Lot with the original 2nd ranked supplier being elevated to 1st rank. It is estimated this will be a 4 year Framework on a 2+1+1 basis. Value Estimates as: 1 Asbestos Removal Works Across the estate 4,000,000 GBP 2 Surveying and Analytical Services Central & Med & Vets 360,000GBP 3 Surveying and Analytical Services Kings Building & Accommodation Area. 360,000GBP

Lots

Lot Title: Lot 1 Asbestos Removal Works.

Lot Description: Lot 1 Asbestos Removal Works. The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for the provision of Asbestos Works and Services Framework . It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows. The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation.The Technical section is allocated a total weighting of 80%. Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4. Bidders will be required to achieve a minimum score of 50% or more of the overall technical score of 80% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 20%. A pre recorded video will be required as part of the submission The bidder who submits the lowest cost will be awarded the maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. Bidders may submit bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3 prior to contract award. Where a bidder is awarded a position on Lot 1 it will not be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR 3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the remaining Lot with the original 2nd ranked supplier being elevated to 1st rank. Note: Technical Scoring Methodology 0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Value: GBP 4,000,000.00

Lot 1 Award Criterion (quality): Quality

Lot Title: Surveying and Analytical Services Central & Med and Vets

Lot Description: Lot 2 Surveying and Analytical Services Central & Med and Vets. The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for the provision of Asbestos Works and Services Framework . It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows. The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation.The Technical section is allocated a total weighting of 80%. Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4. Bidders will be required to achieve a minimum score of 50% or more of the overall technical score of 80% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 20%. A pre recorded video will be required as part of the submission The bidder who submits the lowest cost will be awarded the maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. Bidders may submit bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3 prior to contract award. Where a bidder is awarded a position on Lot 1 it will not be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR 3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the remaining Lot with the original 2nd ranked supplier being elevated to 1st rank. Note: Technical Scoring Methodology 0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Lot 2 Status: active

Lot 2 Has Options: No

Lot 2 Value: GBP 360,000.00

Lot 2 Award Criterion (quality): Quality

Lot Title: Surveying and Analytical Services Kings Buildings & Accommodation Area.

Lot Description: Lot 3 Surveying and Analytical Services Kings Buildings & Accommodation Area. The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for the provision of Asbestos Works and Services Framework . It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows. The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation.The Technical section is allocated a total weighting of 80%. Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4. Bidders will be required to achieve a minimum score of 50% or more of the overall technical score of 80% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 20%. A pre recorded video will be required as part of the submission The bidder who submits the lowest cost will be awarded the maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. Bidders may submit bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3 prior to contract award. Where a bidder is awarded a position on Lot 1 it will not be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR 3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the remaining Lot with the original 2nd ranked supplier being elevated to 1st rank. Note: Technical Scoring Methodology 0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 Poor Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 4 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Lot 3 Status: active

Lot 3 Has Options: No

Lot 3 Value: GBP 360,000.00

Lot 3 Award Criterion (quality): Quality

Documents

Document Title: Asbestos Works and Services

Document Description: The University of Edinburgh requires an Estate wide asbestos works and services framework agreement for the provision of asbestos surveys, analytical services, removal and remediation works. This project will be divided into 3 lots. Lot 1 Asbestos Removal Works. Lot 2 Surveying and Analytical Services –Central & Med and Vets Lot 3 Surveying and Analytical Services – Kings Buildings & This will be via an Open procedure bidders must self-certify adherence to selection criteria via the ESPD (Scotland) on PCS-T. Bidders may submit bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3, prior to contract award. Where a bidder is awarded a position on Lot 1 it will not be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR 3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the remaining Lot with the original 2nd ranked supplier being elevated to 1st rank. It is estimated this will be a 4 year Framework on a 2+1+1 basis. Value Estimates as: 1 Asbestos Removal Works Across the estate 4,000,000 GBP 2 Surveying and Analytical Services Central & Med & Vets 360,000GBP 3 Surveying and Analytical Services Kings Building & Accommodation Area. 360,000GBP

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "org-66",
    "name": "University Of Edinburgh"
  },
  "date": "2026-01-16T00:00:00Z",
  "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30950. For more information see:\r\n http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\r\n A sub-contract clause has been included in this contract. For more information see:\r\n http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\r\n Community benefits are included in this requirement. For more information see:\r\n https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\r\n A summary of the expected community benefits has been provided as follows:\r\n Community Benefits will apply. Further information will be detailed within our ITT documentation\r\n The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30950. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\r\n Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\r\n A summary of the expected community benefits has been provided as follows:\r\n A community benefits points system will operate this relates the the value of the lot. Higher the spend more points required. The ITT document and Appendix 12 within the tender pack details this.\r\n (SC Ref:820386)",
  "id": "rls-45-JAN547412",
  "initiationType": "tender",
  "language": "EN",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000820386",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-r6ebe6-0000820386",
  "parties": [
    {
      "address": {
        "locality": "Edinburgh",
        "postalCode": "EH1 1HT",
        "region": "UKM75",
        "streetAddress": "Charles Stewart House, 9-16 Chambers Street"
      },
      "contactPoint": {
        "email": "cbarlass@ed.ac.uk",
        "telephone": "+44 1316502759",
        "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
      },
      "details": {
        "classifications": [
          {
            "id": "Body governed by public law",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "Education",
            "id": "09",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.ed.ac.uk"
      },
      "id": "org-66",
      "identifier": {
        "legalName": "University Of Edinburgh"
      },
      "name": "University Of Edinburgh",
      "roles": [
        "buyer",
        "centralPurchasingBody"
      ]
    },
    {
      "address": {
        "locality": "Edinburgh",
        "postalCode": "EH1 1LB",
        "streetAddress": "27 Chambers St"
      },
      "contactPoint": {
        "url": "http://"
      },
      "id": "org-25",
      "identifier": {
        "legalName": "Edinburgh Sheriff Court \u0026 Justice of the Peace Court"
      },
      "name": "Edinburgh Sheriff Court \u0026 Justice of the Peace Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2026-02-16T12:00:00Z"
    },
    "bidOpening": {
      "date": "2026-02-16T12:00:00Z"
    },
    "classification": {
      "id": "45262660",
      "scheme": "CPV"
    },
    "communication": {
      "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
    },
    "contractTerms": {
      "electronicInvoicingPolicy": "allowed",
      "hasElectronicOrdering": true,
      "hasElectronicPayment": true,
      "performanceTerms": "Please refer to the ITT documentation for full details"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The University of Edinburgh requires an Estate wide asbestos works and services framework agreement for the provision of asbestos\r\n surveys, analytical services, removal and remediation works. This project will be divided into 3 lots.\r\n Lot 1 Asbestos Removal Works.\r\n Lot 2 Surveying and Analytical Services \u00e2\u0080\u0093Central \u0026 Med and Vets\r\n Lot 3 Surveying and Analytical Services \u00e2\u0080\u0093 Kings Buildings \u0026\r\n This will be via an Open procedure bidders must self-certify adherence to selection criteria via the ESPD\r\n (Scotland) on PCS-T. Bidders may submit bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3, prior to contract award. Where a bidder is awarded a position on Lot 1 it will not be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR 3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the remaining Lot with the original 2nd ranked supplier being elevated to 1st rank. It is estimated this will be a 4 year Framework on a 2+1+1 basis.\r\n Value Estimates as:\r\n 1\tAsbestos Removal Works\tAcross the estate\t4,000,000 GBP\r\n 2\tSurveying and Analytical Services\tCentral \u0026 Med \u0026 Vets\t360,000GBP\r\n 3\tSurveying and Analytical Services\tKings Building \u0026 Accommodation Area.\t360,000GBP",
    "documents": [
      {
        "description": "The University of Edinburgh requires an Estate wide asbestos works and services framework agreement for the provision of asbestos\r\n surveys, analytical services, removal and remediation works. This project will be divided into 3 lots.\r\n Lot 1 Asbestos Removal Works.\r\n Lot 2 Surveying and Analytical Services \u00e2\u0080\u0093Central \u0026 Med and Vets\r\n Lot 3 Surveying and Analytical Services \u00e2\u0080\u0093 Kings Buildings \u0026\r\n This will be via an Open procedure bidders must self-certify adherence to selection criteria via the ESPD\r\n (Scotland) on PCS-T. Bidders may submit bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3, prior to contract award. Where a bidder is awarded a position on Lot 1 it will not be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR 3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the remaining Lot with the original 2nd ranked supplier being elevated to 1st rank. It is estimated this will be a 4 year Framework on a 2+1+1 basis.\r\n Value Estimates as:\r\n 1\tAsbestos Removal Works\tAcross the estate\t4,000,000 GBP\r\n 2\tSurveying and Analytical Services\tCentral \u0026 Med \u0026 Vets\t360,000GBP\r\n 3\tSurveying and Analytical Services\tKings Building \u0026 Accommodation Area.\t360,000GBP",
        "documentType": "contractNotice",
        "format": "text/html",
        "id": "JAN547412",
        "title": "Asbestos Works and Services",
        "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN547412"
      }
    ],
    "hasRecurrence": true,
    "id": "ec1037",
    "items": [
      {
        "additionalClassifications": [
          {
            "id": "45262660",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM75"
          }
        ],
        "deliveryLocation": {
          "description": "Edinburgh"
        },
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "id": "45262660",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM75"
          }
        ],
        "deliveryLocation": {
          "description": "Edinburgh"
        },
        "id": "2",
        "relatedLot": "2"
      },
      {
        "additionalClassifications": [
          {
            "id": "45262660",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM75"
          }
        ],
        "deliveryLocation": {
          "description": "Edinburgh"
        },
        "id": "3",
        "relatedLot": "3"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lotDetails": {
      "maximumLotsBidPerSupplier": 2147483647
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "80",
              "name": "Quality",
              "type": "quality"
            },
            {
              "description": "20",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 1440
        },
        "description": "Lot 1 Asbestos Removal Works. The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for\r\n the provision of Asbestos Works and Services Framework .\r\n It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows.\r\n The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public\r\n sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these\r\n requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will\r\n then be subject to a technical and commercial evaluation.The Technical section is allocated a total weighting of 80%. Scores shall be allocated based on the total percentage achieved by the\r\n response out of the maximum possible percentage. This takes into account the score out of 4. Bidders will be required to\r\n achieve a minimum score of 50% or more of the overall technical score of 80% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 20%. A pre recorded video will be required as part of the submission The bidder who submits the lowest cost will be awarded the\r\n maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. Bidders may submit bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3 prior to contract award. Where a bidder is awarded a position on Lot 1 it will not be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR 3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the remaining Lot with the original 2nd ranked supplier being elevated to 1st rank.\r\n Note: Technical Scoring Methodology\r\n 0 Unacceptable\tNil or inadequate response. Fails to demonstrate an ability to meet the requirement.\r\n 1 Poor\tResponse is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.\r\n 2 Acceptable\tResponse is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.\r\n 3 Good\tResponse is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.\r\n 4 Excellent\tResponse is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public\r\n Contracts (Scotland) Regulations 2015.",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1year each (2+1+1)."
        },
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        },
        "title": "Lot 1 Asbestos Removal Works.",
        "value": {
          "amount": 4000000.0,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "80",
              "name": "Quality",
              "type": "quality"
            },
            {
              "description": "20",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 1440
        },
        "description": "Lot 2 Surveying and Analytical Services Central \u0026 Med and Vets. The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for\r\n the provision of Asbestos Works and Services Framework .\r\n It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows.\r\n The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public\r\n sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these\r\n requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will\r\n then be subject to a technical and commercial evaluation.The Technical section is allocated a total weighting of 80%. Scores shall be allocated based on the total percentage achieved by the\r\n response out of the maximum possible percentage. This takes into account the score out of 4. Bidders will be required to\r\n achieve a minimum score of 50% or more of the overall technical score of 80% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 20%. A pre recorded video will be required as part of the submission The bidder who submits the lowest cost will be awarded the\r\n maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. Bidders may submit bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3 prior to contract award. Where a bidder is awarded a position on Lot 1 it will not be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR 3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the remaining Lot with the original 2nd ranked supplier being elevated to 1st rank.\r\n Note: Technical Scoring Methodology\r\n 0 Unacceptable\tNil or inadequate response. Fails to demonstrate an ability to meet the requirement.\r\n 1 Poor\tResponse is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.\r\n 2 Acceptable\tResponse is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.\r\n 3 Good\tResponse is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.\r\n 4 Excellent\tResponse is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public\r\n Contracts (Scotland) Regulations 2015.",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "2",
        "renewal": {
          "description": "The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1year each (2+1+1)."
        },
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        },
        "title": "Surveying and Analytical Services Central \u0026 Med and Vets",
        "value": {
          "amount": 360000.0,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "80",
              "name": "Quality",
              "type": "quality"
            },
            {
              "description": "20",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 1440
        },
        "description": "Lot 3 Surveying and Analytical Services Kings Buildings \u0026\r\n Accommodation Area. The University of Edinburgh has a requirement to establish contracting arrangements to appoint suppliers to a Framework Agreement for\r\n the provision of Asbestos Works and Services Framework .\r\n It is proposed this procurement will be conducted through the use of an Open Procedure. The evaluation process shall be as follows.\r\n The SPD (Scotland) will include a series of Minimum Standards in relation to mandatory and discretionary criteria which govern the public\r\n sector and this specific requirement. These are pass/fail requirements and failure to provide adequate evidence on request of how these\r\n requirements shall be met will result in automatic exclusion from the Tendering process. Each Bidder passing the Minimum Standards will\r\n then be subject to a technical and commercial evaluation.The Technical section is allocated a total weighting of 80%. Scores shall be allocated based on the total percentage achieved by the\r\n response out of the maximum possible percentage. This takes into account the score out of 4. Bidders will be required to\r\n achieve a minimum score of 50% or more of the overall technical score of 80% in order to progress to the commercial stage of evaluation. The Commercial (Price) section is allocated a total weighting of 20%. A pre recorded video will be required as part of the submission The bidder who submits the lowest cost will be awarded the\r\n maximum score allocated to the price element and all other bids awarded a score pro rata, in relation to the lowest bid. Bidders may submit bids for all or any of the Lots. However, where a bidder is evaluated as successful across all Lots, they will be required to confirm their preferred appointment, either Lot 1 OR Lot 2 and/or Lot 3 prior to contract award. Where a bidder is awarded a position on Lot 1 it will not be awarded a position on Lot 2 or 3. For Lot 2 and 3 if a bidder is successful in both, the same supplier will not be ranked 1st in Lots 2 OR 3. In this event a supplier is ranked 1st in both Lots, the supplier will be awarded 1st rank in their preferred Lot and be ranked 2nd in the remaining Lot with the original 2nd ranked supplier being elevated to 1st rank.\r\n Note: Technical Scoring Methodology\r\n 0 Unacceptable\tNil or inadequate response. Fails to demonstrate an ability to meet the requirement.\r\n 1 Poor\tResponse is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.\r\n 2 Acceptable\tResponse is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.\r\n 3 Good\tResponse is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.\r\n 4 Excellent\tResponse is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.. Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public\r\n Contracts (Scotland) Regulations 2015.",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "3",
        "renewal": {
          "description": "The Framework Agreement will be in place for an initial term of 2 years, with two options to extend for periods of 1year each (2+1+1)."
        },
        "status": "active",
        "submissionTerms": {
          "variantPolicy": "notAllowed"
        },
        "title": "Surveying and Analytical Services Kings Buildings \u0026 Accommodation Area.",
        "value": {
          "amount": 360000.0,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "works",
    "otherRequirements": {
      "requiresStaffNamesAndQualifications": true
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "description": "12 months prior to framework expiry date."
    },
    "selectionCriteria": {
      "criteria": [
        {
          "description": "Lot 1\r\n SPD 4A.2 Statement\r\n Bidders must confirm they hold the following authorisation or memberships.\r\n Please note bidders must have this registration at time of tender, and \u00e2\u0080\u0098working towards\u00e2\u0080\u0099 is not acceptable.\r\n A full unrestricted licence from the Health and Safety Executive (HSE)\r\n Asbestos Licencing Unit for asbestos removal,\r\n A valid waste carrier\u00e2\u0080\u0099s licence (should they transport the waste) or ensure they contract with a supplier that does\r\n Suitability\r\n Bidders must confirm they can provide the following supporting evidence at point of award:\r\n 4 A.2\r\n Where it is required within a bidder\u00e2\u0080\u0099s country of establishment, they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.\r\n Bidders must confirm if they hold the particular authorisation or memberships\r\n A full unrestricted licence from HSE for asbestos removal.\r\n 4A.2.1\r\n If yes, please specify which authorisation or membership is required\r\n 4A.2.2\r\n Please indicate whether the bidder has the required authorisation or membership (as named above)\r\n 4A.2.3\r\n If the relevant documentation is available electronically, please indicate\r\n Please refer to Selection Criteria: Question Part IV [SPD].",
          "type": "suitability"
        },
        {
          "minimum": "Lot 1 only\r\n 4B1.1\r\n 1. Bidders will be required to have a minimum \u00e2\u0080\u009cgeneral\u00e2\u0080\u009d yearly turnover of 8m GBP for the last 3 years for Lot 1.\r\n 2. Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were set up/started trading.\r\n Lot 2 and 3\r\n Financial Stability\r\n SPD ref. 4B1.1\r\n 1. 720k GBP for the last 3 years if bidding for lot 2 or 3 or 1.4m GBP for the last 3 years if bidding for lot 2 and 3:\r\n 2. Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were set up/started trading.\r\n Economic and financial standing\r\n Financial Stability\r\n SPD ref. 4B1.1\r\n 1. 720k GBP for the last 3 years if bidding for lot 2 or 3 or 1.4m GBP for the last 3 years if bidding for lot 2 and 3:\r\n 2. Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were set up/started trading.\r\n Please confirm and insert the figure in the textbox.\r\n Please refer to Selection Criteria: Part IV [SPD].\r\n SPD ref. 4B5.1a\r\n Insurance Requirements\r\n It is a requirement of this contract that Bidders hold, or can commit to obtain prior to the commencement of any contract, the types and levels of insurance listed below. Bidders also must confirm they can provide the following supporting evidence at point of award.\r\n Insurance Lot 1\r\n 1. Bidders will be required to have a minimum \u00e2\u0080\u009cgeneral\u00e2\u0080\u009d yearly turnover of 8m GBP for the last 3 years for Lot 1.\r\n 2. Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were set up/started trading.\r\n Insurance Lot 2 and 3\r\n 5.1a Professional Risk Indemnity = 2M per single event\r\n 5.1b Employer\u0027s (Compulsory) Liability Insurance = 10M per single event\r\n 5.2 All other types of insurance:\r\n Public Liability Insurance = 10M per single event\r\n Please confirm and upload if available.\r\n Please refer to Selection Criteria: Question Part IV [SPD].\r\n SPD 4B.6 Statement 1 (PCG):\r\n Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a Parent Company Guarantee prior to commencement of any subsequently awarded contract.\r\n Please confirm.\r\n Please refer to Selection Criteria: Question Part IV [SPD].\r\n SPD 4B.6 Statement 2 (Financial Strength):\r\n Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations.\r\n Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios:\r\n Current Ratio\r\n Quick Ratio\r\n Debtors Turnover Ratio\r\n Return on Assets\r\n Working Capital\r\n Debt to Equity Ratio\r\n Gross Profit Ratio\r\n A review of your ratios and audited accounts may be undertaken. In some cases, this review may lead to an additional request for further financial information to help clarify any potential issues raised.",
          "type": "economic"
        },
        {
          "minimum": "4C.1.2 Statement\r\n Bidders must provide examples that demonstrate that they have the relevant experience to deliver the services as described Contract Notice or the relevant section of the Site Notice and noted below.\r\n Requirement: 4C.1a\r\n Lot 1\r\n Bidders must example of a large scale, complex Removal project for licenced asbestos removal , more than 10 x weeks duration which you have carried out in the last three years\r\n 4C.1.2a\r\n Please provide a relevant example of a large scale, complex Refurbishment or Demolition Survey and complex Analytical project i.e more than 4 x weeks duration which you have carried out in the last three years.\r\n Review \u00e2\u0080\u0093 how could any aspect of the project been improved\r\n You must be able to demonstrate and details each point.\r\n Generic Sales literature will not be accepted\r\n You must be able to demonstrate and details each point.\r\n Lot 2 \u0026 3\r\n Requirement 4C.1b\r\n Bidders must provide a closely relevant example of a term maintenance contract which you have carried out in the last three years\r\n Requirement 4C.1c\r\n Lot 1\r\n Following nonnotifiable work or work where an analyst was not required. Bidders must explain how they demonstrate that work has been carried out as per their plan of work. Example certificate/report/sign off should be submitted (redacted if required)\r\n Lot 2 and 3\r\n 4C.1.2cStatementBidders to explain how their activities under the Control of Asbestos regulations relate to CDM 2015\r\n Lot 2 and 3\r\n 4C.1.2d Statement\r\n Bidders will provide one example of 4 Stage clearance they have carried out in the last three years (redacted if required) to demonstrate the type of report the supplier will receive.\r\n Requirement 4C.5 Statement\r\n Bidders must confirm that they will allow checks to be conducted on their production and technical capacities and where necessary on the means of study and research facilities available to it and on the quality control measures employed.\r\n Bidders agree to share results of audits (external or internal) if requested.\r\n Requirement 4C.6.1 Statement\r\n It is a requirement that the service provider or the contractor itself shall hold the following minimum relevant educational and professional qualifications. Please note a \u00e2\u0080\u009cNo\u00e2\u0080\u009d response may result in your bid being rejected.\r\n Bidders will be required to confirm that their managerial staff have the following minimum relevant educational and professional qualifications (or equivalent):\r\n Lot 1\r\n Contracts Manager:\r\n ARCA (Asbestos) Licensed Contractor\r\n Management\r\n ARCA (Asbestos) Risk Assessment \u0026 Plan\r\n Of Work\r\n SMSTS Site Management Safety Training Scheme\r\n IOSH Managing Safely\r\n Supervisor\r\n ARCA Level 3 NVQ Supervisors\r\n Lot 2\r\n Project Manager \u00e2\u0080\u0093 BOHS Certificate of Competence (Asbestos)\r\n Lead Surveyors: P402 + minimum 4 years\u00e2\u0080\u0099 experience of surveying large public buildings.\r\n Assistant Surveyors: P402 + minimum 2 years\u00e2\u0080\u0099 experience of surveying large public buildings\r\n 4C.8.1 Statement\r\n Bidders will be required to confirm their average annual manpower for the last three years.\r\n Lot 1\r\n Bidders to state the number of notifications submitted from the office which will administer this contract for the past 12 months.\r\n Lot 2 \u0026 3\r\n Minimum 2 Analysts and 2 Surveyors working out of a Scottish office.\r\n For information only\r\n 4C.10 Subcontracting\r\n Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/81694471019ACB3D145C",
    "submissionTerms": {
      "bidValidityPeriod": {
        "durationInDays": 180
      },
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "maximumParticipants": 8.0
      },
      "hasFrameworkAgreement": true
    },
    "tenderPeriod": {
      "endDate": "2026-02-16T12:00:00Z"
    },
    "title": "Asbestos Works and Services",
    "value": {
      "amount": 4720000.0,
      "currency": "GBP"
    }
  }
}