Tender

Copy of Asbestos Consultancy and Removal/Remediation Framework

  • Cardiff University

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-007575

Procurement identifier (OCID): ocds-h6vhtk-06008e (view related notices)

Published 28 January 2026, 12:46pm



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

This table contains award criteria for this lot
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

Region: UKL22 - Cardiff and Vale of Glamorgan

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales