Notice Information
Notice Title
Asbestos Works and Services
Notice 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
Lot Information
Lot 1 Asbestos Removal Works.
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. Additional information: 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.
Renewal: 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).
Surveying and Analytical Services Central & Med and VetsLot 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. Additional information: 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.
Renewal: 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).
Surveying and Analytical Services Kings Buildings & Accommodation Area.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. Additional information: 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.
Renewal: 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).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0607ac
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004214-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45262660 - Asbestos-removal work
Notice Value(s)
- Tender Value
- £4,720,000 £1M-£10M
- Lots Value
- £4,720,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Jan 2026Today
- Submission Deadline
- 16 Feb 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- 19 Jan 2026Today
- Contract Period
- Not specified - Not specified
- Recurrence
- 12 months prior to framework expiry date.
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF EDINBURGH
- Contact Name
- Colin Barlass
- Contact Email
- cbarlass@ed.ac.uk
- Contact Phone
- +44 1316502759
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH1 1HT
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM75 City of Edinburgh
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0607ac-2026-01-19T10:16:40Z",
"date": "2026-01-19T10:16:40Z",
"ocid": "ocds-h6vhtk-0607ac",
"description": "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 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community Benefits will apply. Further information will be detailed within our ITT documentation (SC Ref:820986)",
"initiationType": "tender",
"tender": {
"id": "ec1037",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Asbestos Works and Services",
"status": "cancelled",
"classification": {
"scheme": "CPV",
"id": "45262660",
"description": "Asbestos-removal work"
},
"mainProcurementCategory": "works",
"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",
"value": {
"amount": 4720000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Lot 1 Asbestos Removal Works.",
"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. Additional information: 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
},
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"value": {
"amount": 4000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"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)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Surveying and Analytical Services Central & Med and Vets",
"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. Additional information: 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
},
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"value": {
"amount": 360000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"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)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "3",
"title": "Surveying and Analytical Services Kings Buildings & Accommodation Area.",
"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. Additional information: 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
},
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
},
"value": {
"amount": 360000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"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)."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45262660",
"description": "Asbestos-removal work"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45262660",
"description": "Asbestos-removal work"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45262660",
"description": "Asbestos-removal work"
}
],
"deliveryAddresses": [
{
"region": "UKM75"
},
{
"region": "UKM75"
}
],
"deliveryLocation": {
"description": "Edinburgh"
},
"relatedLot": "3"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/81694471019ACB3D145C",
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Lot 1 SPD 4A.2 Statement Bidders must confirm they hold the following authorisation or memberships. Please note bidders must have this registration at time of tender, and 'working towards' is not acceptable. A full unrestricted licence from the Health and Safety Executive (HSE) Asbestos Licencing Unit for asbestos removal, A valid waste carrier's licence (should they transport the waste) or ensure they contract with a supplier that does Suitability Bidders must confirm they can provide the following supporting evidence at point of award: 4 A.2 Where it is required within a bidder's country of establishment, they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships A full unrestricted licence from HSE for asbestos removal. 4A.2.1 If yes, please specify which authorisation or membership is required 4A.2.2 Please indicate whether the bidder has the required authorisation or membership (as named above) 4A.2.3 If the relevant documentation is available electronically, please indicate Please refer to Selection Criteria: Question Part IV [SPD].",
"appliesTo": [
"supplier"
]
},
{
"minimum": "Lot 1 only 4B1.1 1. Bidders will be required to have a minimum \"general\" yearly turnover of 8m GBP for the last 3 years for Lot 1. 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. Lot 2 and 3 Financial Stability SPD ref. 4B1.1 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: 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. Economic and financial standing Financial Stability SPD ref. 4B1.1 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: 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. Please confirm and insert the figure in the textbox. Please refer to Selection Criteria: Part IV [SPD]. SPD ref. 4B5.1a Insurance Requirements 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. Insurance Lot 1 1. Bidders will be required to have a minimum \"general\" yearly turnover of 8m GBP for the last 3 years for Lot 1. 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. Insurance Lot 2 and 3 5.1a Professional Risk Indemnity = 2M per single event 5.1b Employer's (Compulsory) Liability Insurance = 10M per single event 5.2 All other types of insurance: Public Liability Insurance = 10M per single event Please confirm and upload if available. Please refer to Selection Criteria: Question Part IV [SPD]. SPD 4B.6 Statement 1 (PCG): 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. Please confirm. Please refer to Selection Criteria: Question Part IV [SPD]. SPD 4B.6 Statement 2 (Financial Strength): Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. 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: Current Ratio Quick Ratio Debtors Turnover Ratio Return on Assets Working Capital Debt to Equity Ratio Gross Profit Ratio 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."
}
]
},
"contractTerms": {
"performanceTerms": "Please refer to the ITT documentation for full details",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 8
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2026-02-16T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2026-02-16T12:00:00Z"
},
"bidOpening": {
"date": "2026-02-16T12:00:00Z"
},
"hasRecurrence": true,
"recurrence": {
"description": "12 months prior to framework expiry date."
}
},
"parties": [
{
"id": "GB-FTS-2023",
"name": "University Of Edinburgh",
"identifier": {
"legalName": "University Of Edinburgh"
},
"address": {
"streetAddress": "Charles Stewart House, 9-16 Chambers Street",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH1 1HT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Colin Barlass",
"telephone": "+44 1316502759",
"email": "cbarlass@ed.ac.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/81694471019ACB3D145C"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.ed.ac.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107",
"classifications": [
{
"id": "BODY_PUBLIC",
"scheme": "TED_CA_TYPE",
"description": "Body governed by public law"
},
{
"id": "09",
"scheme": "COFOG",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-131026",
"name": "Edinburgh Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "Edinburgh Sheriff Court, 27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-2023",
"name": "University Of Edinburgh"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000820386"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000820386"
}
],
"language": "en",
"awards": [
{
"id": "004214-2026-ec1037-1",
"relatedLots": [
"1"
],
"title": "Lot 1 Asbestos Removal Works.",
"status": "unsuccessful",
"statusDetails": "discontinued"
},
{
"id": "004214-2026-ec1037-2",
"relatedLots": [
"2"
],
"title": "Surveying and Analytical Services Central & Med and Vets",
"status": "unsuccessful",
"statusDetails": "discontinued"
},
{
"id": "004214-2026-ec1037-3",
"relatedLots": [
"3"
],
"title": "Surveying and Analytical Services Kings Buildings & Accommodation Area.",
"status": "unsuccessful",
"statusDetails": "discontinued"
}
]
}