Scope
Reference
DN769455
Description
e-ITT for the establishment of a Multi Supplier Framework Agreement (August 2025-29) for Asbestos Related Services & Works.
The Authority requires the provision of asbestos related services & works to comply with its legal duties to manage asbestos in buildings and managing and working with asbestos during planned maintenance and responsive repairs to its property portfolio.
The contract is awarded as a multi-contractor Framework Agreement for a term of four (4) years (August 2025-2029). Services awarded under the contract will be strictly based on the Authority's operational demand and there is no guarantee of any business volume or value awarded by the Authority to the preferred suppliers.
See Appendix B - Outcome Specification for further details.
All correspondence is via the Councils e-tendering portal ProContract hosted on the South East Business Portal (SEBP).
Commercial tool
Establishes a framework
Total value (estimated)
- £650,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 August 2025 to 31 July 2029
- 4 years
Main procurement category
Services
CPV classifications
- 90650000 - Asbestos removal services
Contract locations
- UKJ3 - Hampshire and Isle of Wight
Lot 1. Surveying
Description
Up to two suppliers will be appointed by the tender evaluation process. The first call-off task will be allocated to the supplier who achieved the highest score at tender evaluation. Following this, any further call-off tasks will be allocated on a rotational basis using the "offer >> accept or decline >> next supplier" process. Should there be a significant inequality between the value of works offered to each supplier, the Council may adjust the rotation to ensure that both suppliers get an equal share of the value of services over the duration of the framework.
KPIs will be monitored on a quarterly basis. If a supplier fails to achieve the minimum Overall Performance Measure of 75%, they may forfeit their allocation of tasks for the next quarter. If they fail to meet the Overall Performance Measure of 75% in two consecutive quarters, or two quarters in 12 months, they may be removed from the framework.
Lot value (estimated)
- £175,000 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. Analytical Work / Emergency Response
Description
Up to two suppliers will be appointed and ranked by the tender evaluation process. The first ranked contractor will be allocated all work unless unable to carry it out as required. When necessary, a cascading system operates to reassign work requests to the other supplier.
Lot value (estimated)
- £175,000 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 3. Training
Description
Up to two suppliers will be appointed and ranked by the tender evaluation process. The first ranked contractor will be allocated all work unless unable to carry it out as required. When necessary, a cascading system operates to reassign work requests to the other supplier.
Lot value (estimated)
- £175,000 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 4. Asbestos Removal
Description
Up to two suppliers will be appointed and ranked by the tender evaluation process. The first placed contractor will be allocated all work unless unable to carry it out as required. When necessary, a cascading system operates to reassign work requests to the other supplier.
Any complex works not matching the itemised pricing schedule or where the value or work is estimated to be in excess of £15k will be subject to a mini tender process by inviting quotations from each of the Lot 4 Framework Service Providers.
Lot value (estimated)
- £175,000 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
2
Maximum percentage fee charged to suppliers
0%
Framework operation description
The contract is awarded as a multi-contractor Framework Agreement for a term of four (4) years (August 2025-2029). Services awarded under the contract will be strictly based on the Authority's operational demand and there is no guarantee of any business volume or value awarded by the Authority to the preferred suppliers.
The Framework Agreement will cover four 'Lots' with each 'Lot' operating under either "framework contract using the cascade model method" or "framework contract using the rotational model method" and it is the Authorities intention to award a maximum of 2 suppliers per 'Lot'. (See Section 3 - 'Method of Allocation of Work' for further information).
Award of the contract will be based on a tendering process which is evaluated by equally weighting overall cost and quality assessments.
Award method when using the framework
With competition
Contracting authorities that may use the framework
Establishing party only
Participation
Particular suitability
Lot 1. Surveying
Lot 2. Analytical Work / Emergency Response
Lot 3. Training
Lot 4. Asbestos Removal
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
13 June 2025, 5:00pm
Tender submission deadline
20 June 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
28 July 2025
Recurring procurement
Publication date of next tender notice (estimated): 30 August 2029
Award criteria
Name | Type | Weighting |
---|---|---|
Quality | Quality | 60% |
Cost | Cost | 40% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
https://procontract.due-north.com/Advert?advertId=e80a089b-5536-f011-8136-005056b64545&fromRfxSummary=True&rfxId=ed69c8f1-5536-f011-8136-005056b64545
Contracting authority
New Forest District Council
- Public Procurement Organisation Number: PTPC-7449-MJHN
Appletree Court, Beaulieu Road
Lyndhurst
SO43 7PA
United Kingdom
Email: procurement@nfdc.gov.uk
Region: UKJ36 - Central Hampshire
Organisation type: Public authority - sub-central government