Tender

Asbestos Testing and Consultancy - Multi Contractor Framework

PORTSMOUTH CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

12 Sep 2023 at 09:43

Summary of the contracting process

The Portsmouth City Council is inviting tenders for a multi-supplier framework agreement for asbestos testing and consultancy services. The framework will cover the council's social housing properties and corporate assets, with an estimated annual spend of £450-500K. The framework is scheduled to be awarded by 13th November 2023 and will run for 4 years, starting from 8th January 2024. The highest scoring 5 suppliers will be ranked onto the framework agreement, with opportunities for additional term service contracts and non-standard services.

This tender presents an opportunity for businesses in the technical testing and consultancy services sector. Companies with expertise in asbestos surveying and consultancy services would be well-suited to compete for inclusion on the framework agreement. The procurement stage is currently in the tender period, closing on 13th October 2023. Following the framework award, there will be opportunities for call-off contracts and non-standard services, providing a potential avenue for steady business growth over the 4-year framework term.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Asbestos Testing and Consultancy - Multi Contractor Framework

Notice Description

Portsmouth City Council 'the council' is inviting tenders from suitably qualified and experienced suppliers for inclusion on a multi-supplier framework agreement for the provision of asbestos surveying and consultancy services. The framework will be used to source asbestos testing and consultancy services for the council's portfolio of 15,000 social housing properties and 900 corporate assets. The framework will also be accessible to Gosport Borough Council, Rushmoor Borough Council and Southampton City Council, however the council can provide no guarantees in respect of usage by these additional named Contracting Authorities. The council is targeting to have awarded the framework agreement by 13th November 2023 with commencement from 8th January 2024. Once established the framework agreement will run for a term of 4 years. Spend per annum via the framework agreement is estimated to be in the region of PS450 - PS500K. Call off contracts may be let which have terms which go beyond the framework term as long as they are awarded within the 4 year term of the framework. The highest scoring 5 suppliers will be appointed onto the framework agreement on a ranked basis. Concurrently with establishing the framework, a term service contract for standard services incorporating a schedule of rates will be awarded to the highest scoring supplier on the framework. The term service agreement will be used for services to sites which are of a consistent value, quantity and complexity and fall within agreed Schedule of Rates. The term service contract will run for 4 years with an option to extend in increments to be agreed for a further 2 years. Services procured through the term service contract is estimated at approximately PS350,000 per annum. Individual orders are likely to be frequent with value varying between PS250 - PS5,000, however generally they will be in the lower value range. The contract will be let using the council's bespoke term service contract. Contractors allocated onto the framework will provide contingency for the term service contact on a ranked basis in case of any capacity or significant performance issues. In addition to the Term Service contract all contractors allocated onto the framework will be invited to participate in mini competitions for non-standard services. Non standard services will be characterised by being of a higher value in comparison to one off dwelling surveys, volume, complexity or do not fall within the agreed schedule of rates . Estimated value for non-standard services is approximately PS150,000 per annum, approximately PS100,000 of this demand is estimated to be from the council and PS50,000 of demand from other named contracting authorities, The number of call offs are likely to be low across the framework term, with value expected to vary with no upper or lower limit, however generally will be between PS5,000 - PS50,000. Contracts will be let u... Additional information: Is a Recurrent Procurement Type? : No

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-d1275570-0e89-458a-ae58-a4088725397e
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/3c047585-0f74-4fe3-aa02-7e64a44be386
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

71600000 - Technical testing, analysis and consultancy services

71630000 - Technical inspection and testing services

71700000 - Monitoring and control services

79311000 - Survey services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Sep 20232 years ago
Submission Deadline
13 Oct 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
8 Jan 2024 - 8 Jan 2028 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
PORTSMOUTH CITY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HAMPSHIRE
Postcode
PO1 2BJ
Post Town
Portsmouth
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ31 Portsmouth
Delivery Location
Not specified

Local Authority
Portsmouth
Electoral Ward
Charles Dickens
Westminster Constituency
Portsmouth South

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-d1275570-0e89-458a-ae58-a4088725397e-2023-09-12T10:43:35+01:00",
    "date": "2023-09-12T10:43:35+01:00",
    "ocid": "ocds-b5fd17-d1275570-0e89-458a-ae58-a4088725397e",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "IT-26-4872-P00004872",
        "title": "Asbestos Testing and Consultancy - Multi Contractor Framework",
        "description": "Portsmouth City Council 'the council' is inviting tenders from suitably qualified and experienced suppliers for inclusion on a multi-supplier framework agreement for the provision of asbestos surveying and consultancy services. The framework will be used to source asbestos testing and consultancy services for the council's portfolio of 15,000 social housing properties and 900 corporate assets. The framework will also be accessible to Gosport Borough Council, Rushmoor Borough Council and Southampton City Council, however the council can provide no guarantees in respect of usage by these additional named Contracting Authorities. The council is targeting to have awarded the framework agreement by 13th November 2023 with commencement from 8th January 2024. Once established the framework agreement will run for a term of 4 years. Spend per annum via the framework agreement is estimated to be in the region of PS450 - PS500K. Call off contracts may be let which have terms which go beyond the framework term as long as they are awarded within the 4 year term of the framework. The highest scoring 5 suppliers will be appointed onto the framework agreement on a ranked basis. Concurrently with establishing the framework, a term service contract for standard services incorporating a schedule of rates will be awarded to the highest scoring supplier on the framework. The term service agreement will be used for services to sites which are of a consistent value, quantity and complexity and fall within agreed Schedule of Rates. The term service contract will run for 4 years with an option to extend in increments to be agreed for a further 2 years. Services procured through the term service contract is estimated at approximately PS350,000 per annum. Individual orders are likely to be frequent with value varying between PS250 - PS5,000, however generally they will be in the lower value range. The contract will be let using the council's bespoke term service contract. Contractors allocated onto the framework will provide contingency for the term service contact on a ranked basis in case of any capacity or significant performance issues. In addition to the Term Service contract all contractors allocated onto the framework will be invited to participate in mini competitions for non-standard services. Non standard services will be characterised by being of a higher value in comparison to one off dwelling surveys, volume, complexity or do not fall within the agreed schedule of rates . Estimated value for non-standard services is approximately PS150,000 per annum, approximately PS100,000 of this demand is estimated to be from the council and PS50,000 of demand from other named contracting authorities, The number of call offs are likely to be low across the framework term, with value expected to vary with no upper or lower limit, however generally will be between PS5,000 - PS50,000. Contracts will be let u... Additional information: Is a Recurrent Procurement Type? : No",
        "datePublished": "2023-09-12T10:43:35+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71600000",
            "description": "Technical testing, analysis and consultancy services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "71630000",
                "description": "Technical inspection and testing services"
            },
            {
                "scheme": "CPV",
                "id": "71700000",
                "description": "Monitoring and control services"
            },
            {
                "scheme": "CPV",
                "id": "79311000",
                "description": "Survey services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "PO1 2BJ"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2023-10-13T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-01-08T00:00:00Z",
            "endDate": "2028-01-08T23:59:59Z"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/3c047585-0f74-4fe3-aa02-7e64a44be386",
                "datePublished": "2023-09-12T10:43:35+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "description": "Additional information on how to apply for this contract",
                "url": "https://in-tendhost.co.uk/portsmouthcc/aspx/"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-3629",
            "name": "Portsmouth City Council",
            "identifier": {
                "legalName": "Portsmouth City Council"
            },
            "address": {
                "streetAddress": "Guildhall Square, Portsmouth",
                "locality": "Hampshire",
                "postalCode": "PO1 2BJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement Service",
                "email": "procurement@portsmouthcc.gov.uk",
                "telephone": "023 9268 8235"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-3629",
        "name": "Portsmouth City Council"
    }
}