Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Copy of Asbestos Consultancy and Removal/Remediation Framework

  • First published: 28 January 2026
  • Last modified: 28 January 2026
  • Version: 1
  • Record interest

     

  • This file may not be fully accessible.

  •  

Contents

Summary

OCID:
ocds-h6vhtk-06008e
Published by:
Cardiff University
Authority ID:
AA0258
Publication date:
28 January 2026
Deadline date:
25 February 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 ServicesThe 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 legislationLot 2 – Asbestos Removal/Remediation ServicesThe 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.

Full notice text

Scope

Procurement reference

CU.2058.JP

Procurement 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.

Main category

Services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Total value (estimated, excluding VAT)

490000 GBP to 490000GBP

Contract dates (estimated)

01 May 2026, 00:00AM to 30 April 2028, 23:59PM

Extension end date (if all the extensions are used): 30 April 2030

Is a framework being established?

Yes

Contracting authority

Cardiff University

Identification register:

  • GB-PPON

Address 1: Procurement Services

Town/City: Cardiff

Postcode: CF24 4HQ

Country: United Kingdom

Website: http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers

Public Procurement Organisation Number: PHVT-4343-HWYR

Contact name: Julie Price

Email: Pricejk@cardiff.ac.uk

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Framework

Percentage fee charged to suppliers

0%

Maximum number of suppliers

4

Award method when using the framework

Without reopening competition

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.

Lots

Divided into 2 lots

Asbestos Consultancy

Lot number: 1

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

CPV classifications

  • 90650000 - Asbestos removal services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

360000 GBP Excluding VAT

432000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 May 2026, 00:00AM

Contract end date (estimated)

30 April 2028, 23:59PM

Extension end date (estimated)

30 April 2030, 23:59PM

Can the contract be extended?

Yes

Description of extensions

2 x 12 month extension options

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.

Participation

Conditions

Economic

Conditions of participation

As stated in the ITT docs

Conditions

Economic

Conditions of participation

As stated in the ITT docs

Award criteria

Type: quality

Name

Quality

Description

Quality

Weighting: 60.00

Weighting type: percentageExact

Type: quality

Name

Responsible Procurement

Description

Responsible Procurement

Weighting: 10.00

Weighting type: percentageExact

Type: price

Name

Price

Description

Price

Weighting: 30.00

Weighting type: percentageExact

Asbestos Removal/Remediation

Lot number: 2

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.

CPV classifications

  • 90650000 - Asbestos removal services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan

Lot value (estimated)

130000 GBP Excluding VAT

156000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 May 2026, 00:00AM

Contract end date (estimated)

30 April 2028, 23:59PM

Extension end date (estimated)

30 April 2030, 23:59PM

Can the contract be extended?

Yes

Description of extensions

2 x 12 month extension options

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.

Participation

Conditions

Economic

Conditions of participation

As stated in the ITT docs

Conditions

Economic

Conditions of participation

As stated in the ITT docs

Award criteria

Type: quality

Name

Quality

Description

Quality

Weighting: 60.00

Weighting type: percentageExact

Type: quality

Name

Responsible Procurement

Description

Responsible Procurement

Weighting: 10.00

Weighting type: percentageExact

Type: price

Name

Price

Description

Price

Weighting: 30.00

Weighting type: percentageExact

Submission

Tender submission deadline

25 February 2026, 12:00PM

Enquiry deadline

19 February 2026, 12:00PM

Date of award of contract

30 March 2026, 23:59PM

Submission address and any special instructions

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

01 February 2030, 23:59PM

Languages that may be used for submission

  • English
  • Welsh

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
There are no commodity categories for this notice.

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

Document family

Notice details
Publication date:
07 January 2026
Deadline date:
23 January 2026 23:59
Notice type:
UK2
Version:
1
Authority name:
Cardiff University
Publication date:
28 January 2026
Deadline date:
25 February 2026 12:00
Notice type:
UK4
Version:
1
Authority name:
Cardiff University

About the buyer

Main contact:
n/a
Admin contact:
n/a
Technical contact:
n/a
Other contact:
n/a

Further information

Date Details

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.