Scope
Reference
CU.2058.JP
Description
A two-lot framework for Asbestos Consultancy Services and Asbestos removal/remediation services for the University, with one supplier and one reserve supplier per lot.
Lot 1 - Asbestos Consultancy Services
The Provision of Asbestos Consultancy related services, including but not limited to: Surveying, Analysis, Bulk Sampling, Air Monitoring and offering expert advice to Estates managers. All Asbestos Consultancy services must be carried out in accordance with the relevant Health and Safety Executive guidance manuals, and meet the minimum requirements set out in the Control of Asbestos Regulations 2012 (CAR2012).
Asbestos consultancies must be UKAS accredited to both ISO/IEC 17020:2012 for inspections and ISO/IEC 17025:2017 for analytical/laboratory services. All operatives shall comply with prevailing Health and Safety legislation
Lot 2 - Asbestos Removal/Remediation Services
The Provision of Asbestos Removal/Remediation Services, including but not limited to: Planned licensed removal work utilising enclosures, planned non-licensed and notifiable non-licensed work, Support services, such as enabling access for surveyors and other workers where known ACMs pose a risk.
Emergency callouts, including clean ups and provision of decontamination units for third parties who have become contaminated on site.
The Supplier must hold a valid license from the HSE for the type of work to be undertaken.
All works must be carried out according to HSE guidance, in particular, HSG247 - Asbestos: The licensed contractors' guide. The Supplier will meet the minimum requirements as detailed in the Control of Asbestos Regulations 2012 (CAR2012) and all subordinate legislation.
Commercial tool
Establishes a framework
Total value (estimated)
- £490,000 excluding VAT
- £588,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 May 2026 to 30 April 2028
- Possible extension to 30 April 2030
- 4 years
Description of possible extension:
2 x 12 month extension options
Main procurement category
Services
CPV classifications
- 90650000 - Asbestos removal services
Contract locations
- UKL22 - Cardiff and Vale of Glamorgan
Lot constraints
Description of how multiple lots may be awarded:
A maximum of two Bidders will be appointed to each Lot of the Framework (1 Primary supplier and one Reserve supplier, all works under these lots will be delivered by the Primary supplier unless the primary supplier is not able to deliver a piece of work, in which case the reserve supplier will be offered the work. However, there will be no guarantee of work or volume of work given under this Framework.
Lot 1. Asbestos Consultancy
Description
The Provision of Asbestos Consultancy related services, including but not limited to: Surveying, Analysis, Bulk Sampling, Air Monitoring and offering expert advice to Estates managers. All Asbestos Consultancy services must be carried out in accordance with the relevant Health and Safety Executive guidance manuals, and meet the minimum requirements set out in the Control of Asbestos Regulations 2012 (CAR2012).
Asbestos consultancies must be UKAS accredited to both ISO/IEC 17020:2012 for inspections and ISO/IEC 17025:2017 for analytical/laboratory services. All operatives shall comply with prevailing Health and Safety legislation
Lot value (estimated)
- £360,000 excluding VAT
- £432,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Asbestos Removal/Remediation
Description
The Provision of Asbestos Removal/Remediation Services, including but not limited to: Planned licensed removal work utilising enclosures, planned non-licensed and notifiable non-licensed work, Support services, such as enabling access for surveyors and other workers where known ACMs pose a risk.
Emergency callouts, including clean ups and provision of decontamination units for third parties who have become contaminated on site.
The Supplier must hold a valid license from the HSE for the type of work to be undertaken.
All works must be carried out according to HSE guidance, in particular, HSG247 - Asbestos: The licensed contractors' guide. The Supplier will meet the minimum requirements as detailed in the Control of Asbestos Regulations 2012 (CAR2012) and all subordinate legislation.
Lot value (estimated)
- £130,000 excluding VAT
- £156,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
4
Maximum percentage fee charged to suppliers
0%
Framework operation description
All work will be issued to the Primary supplier on each lot via a Purchase order. If the Primary supplier is unable to deliver the work, the work will be issued to the Reserve supplier via Purchase order.
Award method when using the framework
Without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
Lot 1. Asbestos Consultancy
Lot 2. Asbestos Removal/Remediation
As stated in the ITT docs
Technical ability conditions of participation
Lot 1. Asbestos Consultancy
Lot 2. Asbestos Removal/Remediation
As stated in the ITT docs
Particular suitability
Lot 1. Asbestos Consultancy
Lot 2. Asbestos Removal/Remediation
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
19 February 2026, 12:00pm
Tender submission deadline
25 February 2026, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
- Welsh
- English
Award decision date (estimated)
30 March 2026
Recurring procurement
Publication date of next tender notice (estimated): 1 February 2030
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality | Quality |
Quality | 60.00% |
| Price | Price |
Price | 30.00% |
| Responsible Procurement | Responsible Procurement |
Quality | 10.00% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Cardiff University
- Public Procurement Organisation Number: PHVT-4343-HWYR
Procurement Services
Cardiff
CF24 4HQ
United Kingdom
Contact name: Julie Price
Email: Pricejk@cardiff.ac.uk
Website: http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
Region: UKL22 - Cardiff and Vale of Glamorgan
Organisation type: Public authority - sub-central government
Devolved regulations that apply: Wales