Tender

e-ITT for the establishment of a Multi Supplier Framework Agreement (July 2025-29) for Asbestos Related Services & Works.

  • New Forest District Council

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

Notice identifier: 2025/S 000-024248

Procurement identifier (OCID): ocds-h6vhtk-04f983 (view related notices)

Published 21 May 2025, 4:18pm



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

This table contains award criteria for this lot
Name Type Weighting
Quality Quality 60%
Cost Cost 40%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

New Forest District Council

  • Public Procurement Organisation Number: PTPC-7449-MJHN

Appletree Court, Beaulieu Road

Lyndhurst

SO43 7PA

United Kingdom

Region: UKJ36 - Central Hampshire

Organisation type: Public authority - sub-central government