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.

Contract Notice

Framework for the Provision of Asbestos Testing, Inspection & Consultancy Services 2025-29

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04ddf9
Published by:
Hampshire County Council
Authority ID:
AA71757
Publication date:
12 March 2025
Deadline date:
24 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Hampshire County Council (the Authority) invites applications from suitably experienced organisations who wish to tender for a Framework for the Provision of Asbestos Testing, Inspection & Consultancy Services.

The framework will consist of a single lot covering provision of all services in the Framework Specification at Annex 1, across all locations listed in the Framework Guidelines & Working Practices at Annex 5. The Authority intends to appoint a maximum of 6 suppliers to the Framework.

Successful organisations will carry out asbestos air monitoring, asbestos surveying and/or consultancy services as required in Hampshire County Council's property including schools, social services premises, libraries and offices.

The Framework Agreement will run for a period of 4 years from the commencement date.

Hampshire County Council will be the lead contracting authority, with the framework available for use by the following contracting authorities should they so desire:

• Southampton City Council

• Winchester City Council

• The Police and Crime Commissioner for Hampshire and Isle of Wight/Hampshire and Isle of Wight Constabulary

• Hampshire Isle of Wight Fire and Rescue Service

• Unitary, District, Borough, Town and Parish Councils, and successor authorities across Hampshire.

• Arun District Council

The contracting authorities may enter into Call-off Contracts with a Framework Supplier at any time during the term of the Framework Agreement, up until the date of expiry, by following the Call-off Procedure as detailed in the ITT and the Framework Guidelines & Working Practices. Call-off contracts will be awarded by either direct award or mini-competition, calling-off and placing an Order for services as and when required.

Interested parties should register their interest in the project via the In-Tend website https://in-tendhost.co.uk/hampshire, and complete and submit the tender by no later than 14:00 hrs on 24 March 2025.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Hampshire County Council

EII Court, The Castle

Winchester

SO238UJ

UK

E-mail: procurement.support@hants.gov.uk

NUTS: UKJ36

Internet address(es)

Main address: https://www.hants.gov.uk/

Address of the buyer profile: https://in-tendhost.co.uk/hampshire/aspx/Home

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

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


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework for the Provision of Asbestos Testing, Inspection & Consultancy Services 2025-29

Reference number: UN26006

II.1.2) Main CPV code

71600000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Hampshire County Council (the Authority) invites applications from suitably experienced organisations who wish to tender for a Framework for the Provision of Asbestos Testing, Inspection & Consultancy Services.

The framework will consist of a single lot covering provision of all services in the Framework Specification at Annex 1, across all locations listed in the Framework Guidelines & Working Practices at Annex 5. The Authority intends to appoint a maximum of 6 suppliers to the Framework.

Successful organisations will carry out asbestos air monitoring, asbestos surveying and/or consultancy services as required in Hampshire County Council's property including schools, social services premises, libraries and offices.

The Framework Agreement will run for a period of 4 years from the commencement date.

Hampshire County Council will be the lead contracting authority, with the framework available for use by the following contracting authorities should they so desire:

• Southampton City Council

• Winchester City Council

• The Police and Crime Commissioner for Hampshire and Isle of Wight/Hampshire and Isle of Wight Constabulary

• Hampshire Isle of Wight Fire and Rescue Service

• Unitary, District, Borough, Town and Parish Councils, and successor authorities across Hampshire.

• Arun District Council

The contracting authorities may enter into Call-off Contracts with a Framework Supplier at any time during the term of the Framework Agreement, up until the date of expiry, by following the Call-off Procedure as detailed in the ITT and the Framework Guidelines & Working Practices. Call-off contracts will be awarded by either direct award or mini-competition, calling-off and placing an Order for services as and when required.

Interested parties should register their interest in the project via the In-Tend website https://in-tendhost.co.uk/hampshire, and complete and submit the tender by no later than 14:00 hrs on 24 March 2025.

II.1.5) Estimated total value

Value excluding VAT: 950 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71630000

71700000

79311300

II.2.3) Place of performance

NUTS code:

UKJ27

UKJ28

UKJ3


Main site or place of performance:

The framework will cover Hampshire, Isle of Wight, Southampton, Portsmouth and West Sussex.

II.2.4) Description of the procurement

The Authority is establishing a Framework of 6 suppliers using an open procedure. Successful Contractors will be placed on a list of Contractors for Asbestos Testing and Inspection Services and may be selected to carry out asbestos air monitoring, asbestos surveying and/or consultancy services as required in Hampshire County Council's property including schools, social services premises, libraries and offices many of which are Second Consortium of Local Authorities (SCOLA) system building construction.

The estimated maximum framework value is £950,000 over the 4-year term of the Framework, based on historical spend data and anticipated work over the life of the framework. However successful suppliers are not guaranteed any work under this framework agreement.

Hampshire County Councils spend over the duration of the framework is anticipated to be up to £500,000. The value of participation by the wider public sector cannot be calculated accurately or guaranteed but has nevertheless been incorporated with a value of up to £450,000 for the duration of the framework.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 950 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/07/2025

End: 30/06/2029

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

In accordance with Regulation 57 of the Public Contracts Regulations 2015. Organisations are advised it is a condition of this contract that all managers and operatives (including subcontractors) are suitably competent to execute all trades and operations encompassed by these Contracts in full compliance with UK legislation.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 6

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 24/03/2025

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 24/03/2025

Local time: 14:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Instructions how to download tender documents

This procurement will be undertaken using an e-tendering system (In-tend) which can be found at: https://in-tendhost.co.uk/hampshire.

Tenderers are required to register their company details on In-tend. No charge is made for registration or access to this system. Full details and user guides on how to register and operate the system are available via the link https://in-tendhost.co.uk/hampshire/ under the HELP tab.

If you are not currently a registered supplier please register your company via the Company Details Tab at the top of the screen. Please note the email address used when registering as a new supplier should be for the person who will deal with the tender, as login details, subsequent messages and tender documents will be automatically sent to this email address. Please ensure the email account registered on this system is regularly monitored. You may register more than one user per organisation against your account.

Once you have registered, or if you already are a registered supplier, please Log On. Once in the website, click on Tenders on the top bar, scroll down to Current and then search for the title of this project for further information. If you wish to express interest please click on Express Interest. Tender documents will then be available for download.

How to submit a tender using the In-tend web site:

Log into the In-tend website. Once you have Expressed an Interest, the tender documents can be found in your My Tenders folder. Once you have located the tender you require, click on the View Details button of this project then click on the ITT Documents Tab. Scroll down the page to where it says Tender Documents Received and view all tender documents received. Click on the View button. Download the documents as required.

If we have chosen to use an interactive questionnaire, this will be located under My Tender Return. This will vary depending on the tender. When you have completed your tender, scroll down to the Attach Documents button and search for your saved document/s. Upload the documents back on to the website and click on the Red Submit Return Button. This will submit your tender. If successfully uploaded, the system will issue a confirmation receipt.

If you cannot see the receipt due to Popup Blocker you will be able to view the receipt on the History Tab.

Documents must be uploaded using Word/Excel or PDF format.

Opting In and Out

Please note you are required to 'Opt In' before you can access the 'My tender Return' to start populating your response.

The 'Opt Out' functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring that you no longer want to receive any further communication in relation to the this tender along with the opportunity of providing comments and feedback for this decision.

You can choose to 'Opt In' at any time during the tender process if you initially decided to 'Opt Out'.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

UK

VI.5) Date of dispatch of this notice

12/02/2025

Coding

Commodity categories

ID Title Parent category
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
79311300 Survey analysis services Survey services
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.support@hants.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.