Award

Asbestos Surveying and Analysis

SOUTHAMPTON CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

12 Mar 2026 at 14:33

Tender

11 Nov 2025 at 17:09

Summary of the contracting process

Southampton City Council is procuring asbestos surveying and analysis services primarily targeting both domestic and non-domestic properties, facilitated by a competitive flexible procedure under the Procurement Act 2023. The procurement process has concluded the tender stage and proceeds to the award phase, with the contract award scheduled for 12th March 2026 and the standstill period ending on 24th March 2026. The contract, commencing on 1st April 2026 and potentially extending until 1st April 2036, engages public asbestos management surveying and analysis services under the UKCA scheme classification. The council headquartered in Southampton, United Kingdom, operates under the sub-central government authority classification and can be contacted via procurement@southampton.gov.uk.

This tender offers significant growth opportunities for businesses proficient in building surveying services especially in asbestos management, including bulk sampling and compliance system setups, with a focus on innovation and continuous improvement. Predominantly suitable for large-scale enterprises and SMEs, the competitive flexible procedure encompasses three stages including a Procurement Specific Questionnaire, dialogue with top suppliers, and a call for final tenders. Companies like Casa Environmental Services Ltd and ABP Associates Ltd demonstrate the competencies sought after, and their participation exemplifies the chance for business growth in technical service delivery areas. A successful bid can enhance visibility and credibility across the sector, offering a chance to collaborate with Southampton City Council and tap into substantial public sector work potential valued at up to £12 million GBP during the contract tenure.

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

Notice Title

Asbestos Surveying and Analysis

Notice Description

Planned and responsive asbestos Management Surveys, Re-inspections and/or Refurbishment Surveys and associated reports to both domestic and non-domestic properties, including Bulk Sampling and Analysis, provision of online database/compliance system.

Lot Information

Lot 1

Renewal: The term of the contract shall be 2nd March 2026 until 28th February 2031 with the option to extend for up to a further 5 further years at the sole discretion of the Council.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05df14
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022374-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
UK6 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

71315300 - Building surveying services

71355000 - Surveying services

71630000 - Technical inspection and testing services

90650000 - Asbestos removal services

Notice Value(s)

Tender Value
£12,000,000 £10M-£100M
Lots Value
£12,000,000 £10M-£100M
Awards Value
£10,000,000 £10M-£100M
Contracts Value
Not specified

Notice Dates

Publication Date
12 Mar 20262 days ago
Submission Deadline
28 Nov 2025Expired
Future Notice Date
Not specified
Award Date
12 Mar 20263 days ago
Contract Period
31 Mar 2026 - 1 Apr 2031 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Pending
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SOUTHAMPTON 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
SOUTHAMPTON
Postcode
SO14 7LY
Post Town
Southampton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ32 Southampton
Delivery Location
TLJ32 Southampton

Local Authority
Southampton
Electoral Ward
Bargate
Westminster Constituency
Southampton Itchen

Supplier Information

Number of Suppliers
1
Supplier Name

ABP ASSOCIATES

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-h6vhtk-05df14-2026-03-12T14:33:50Z",
    "date": "2026-03-12T14:33:50Z",
    "ocid": "ocds-h6vhtk-05df14",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PCGN-2413-RBTX",
            "name": "Southampton City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PCGN-2413-RBTX"
            },
            "address": {
                "streetAddress": "Civic Centre, Civic Centre Road",
                "locality": "Southampton",
                "postalCode": "SO14 7LY",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ32"
            },
            "contactPoint": {
                "email": "procurement@southampton.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-07649903",
            "name": "Casa Environmental Services Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07649903"
            },
            "address": {
                "streetAddress": "Unit 110 Solent Business Centre",
                "locality": "Southampton",
                "postalCode": "SO15 0HW",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ32"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-03053057",
            "name": "Life Environmental Services",
            "identifier": {
                "scheme": "GB-COH",
                "id": "03053057"
            },
            "address": {
                "streetAddress": "4 Ducketts Wharf",
                "locality": "Hertfordshire",
                "postalCode": "CM23 3AR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH23"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-06257126",
            "name": "PA Group (UK) Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "06257126"
            },
            "address": {
                "streetAddress": "Spring Lodge 172 Chester Road",
                "locality": "Cheshire",
                "postalCode": "WA6 0AR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKD63"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-07352591",
            "name": "The Testing Lab PLC",
            "identifier": {
                "scheme": "GB-COH",
                "id": "07352591"
            },
            "address": {
                "streetAddress": "Unit 2 James Road Industrial Estate",
                "locality": "Doncaster",
                "postalCode": "DN6 7HH",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE31"
            },
            "roles": [
                "tenderer"
            ],
            "details": {
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-04128328",
            "name": "ABP Associates Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "04128328"
            },
            "address": {
                "streetAddress": "Unit 8 Chancerygate Business Centre",
                "locality": "Southampton",
                "postalCode": "SO15 0AE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ32"
            },
            "contactPoint": {
                "email": "info@abp.uk.com"
            },
            "roles": [
                "supplier",
                "tenderer"
            ],
            "details": {
                "scale": "large",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PCGN-2413-RBTX",
        "name": "Southampton City Council"
    },
    "tender": {
        "id": "SCC-SMS-0941",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Asbestos Surveying and Analysis",
        "description": "Planned and responsive asbestos Management Surveys, Re-inspections and/or Refurbishment Surveys and associated reports to both domestic and non-domestic properties, including Bulk Sampling and Analysis, provision of online database/compliance system.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71315300",
                        "description": "Building surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71355000",
                        "description": "Surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71630000",
                        "description": "Technical inspection and testing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90650000",
                        "description": "Asbestos removal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ32",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 12000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "Stage 1 - Procurement Specific Questionnaire - open to all top 5 suppliers selected for stage 2 Stage 2 - Dialogue Session to discuss complexities of the contract and how it will be delivered Stage 3 - call for final tenders from shortlisted providers only. 2.8 The Procurement Process This Procurement Process will be conducted in 3 stages. The 3 stages are described in more detail below. Stage 1: Invitation to participate (CURRENT STAGE OF THE PROCUREMENT PROCESS) Stage 1 commenced with the issuing of a Tender Notice [Note: insert link to Tender Notice published on the Central Digital Platform] and the publication of this document. This document includes a Procurement Specific Questionnaire (PSQ) labelled Asbestos Surveying and Analysis PSQ which all Potential Suppliers are required to complete and return in accordance with the Procurement Timetable and instructions within this document. The Council will use this stage to confirm that neither the Potential Supplier, nor any related persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed sub-contractors are listed on the Cabinet Office debarment list. To the extent that any such entities are listed on the debarment list, the Council will consider whether to exclude the Potential Supplier from participating in the Procurement Process in accordance with its obligations under the Act. In addition, the Council will consider whether any Potential Supplier or related persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed sub-contractors are excluded or excludable Suppliers, and before the Council determines that a Potential Supplier is an excluded or excludable Supplier, it will provide the Potential Supplier reasonable opportunity to make representations and provide evidence as is proportionate in the circumstances. If the Potential Supplier is an excluded or excludable Supplier only by virtue of an associated person or proposed sub-contractor, the Council will notify the Potential Supplier of its intention to exclude the Potential Supplier and provide the Potential Supplier with reasonable opportunity to replace the associated person or sub-contractor. If as a consequence of this process the Council excludes the Potential Supplier from participating in the Procurement Process, or is aware of an associated person or sub-contract having been replaced, it will give notice of this fact within 30 days of its decision to the Procurement Review Unit (PRU). The Council will also undertake a review of the completed PSQ with reference to any information held on the Central Digital Platform. Responses to any conditions of participation will be assessed in accordance with the selection process and any selection criteria as set out in the Tender Notice, PSQ and described in this document. The assessment of these responses will identify up to 5 number of Potential Suppliers to be invited to participate in Stage 2. Stage 1 will complete with Potential Suppliers being notified in writing of whether or not they have been successfully shortlisted to participate in Stage 2. Potential Suppliers not invited to Stage 2 will be provided with a written explanation of the reasons why they have not been shortlisted to participate in Stage 2. Potential Suppliers should note that the Council reserves the right to re-assess any response to the PSQ, in light of any new relevant information that comes to the Council's attention. Stage 2: Invitation to participate in Dialogue Stage 2 will commence with the issuing of a letter and an updated Instructions Document (Part A) and associated procurement documents inviting Potential Suppliers that have successfully passed Stage 2 to attend one or more dialogue meetings. The updated Instructions Document (Part A) will also describe in detail how the dialogue will be conducted, including the exact location and dates for the relevant meetings, as well as the attendee arrangements. At commencement of the Procurement Process, the areas of dialogue that the Council anticipates having with Potential Suppliers is as follows: The dialogue will be via a teams meeting and will consist of at least one dialogue meeting with the intention that the Council will ensure suppliers thoroughly understand the specification and the requirements of the Council and to field any additional questions (which will be shared with all shortlisted suppliers). The meeting will be between the Council and each shortlisted supplier. Stage 3: Invitation to submit a final tender Stage 3 will commence with the issuing of a letter and updated Instructions Document (Part A) and associated procurement documents inviting Potential Suppliers that have been successfully shortlisted at Stage 1 and who have participated in dialogue, to submit their final tenders. STAGE ONE - Request to Participate (Procurement Specific Questionnaire (PSQ)): The PSQ will be subject to an initial compliance check to confirm that the: a) The PSQ has been submitted on time, is completed correctly, signed as directed, all required documents included, and meet the requirements and conditions set out in the Tender Pack. b) The PSQ is sufficiently complete to enable it to be evaluated. c) Potential Supplier has not contravened any of the terms and conditions and instructions of the Procurement Process. Requests to Participate that do not meet a) - d) may be rejected at this stage. Requests to Participate that meet the requirements set out in a) - d) must also meet the minimum compliance requirements of the PSQ set out in Section 3.2 of this Instructions Document (Part A). Any Potential Supplier who does not meet these minimum requirements will not proceed to the next stage of the Procurement Process and will be excluded from the Procurement Process. Potential Suppliers who pass stage one of the evaluation and have been ranked in the top 5 of submissions received shall be invited to submit a Final Tender following the dialogue meeting, then the submission will be subject to the price and qualitative evaluation. The Council intend to invite the top 5 suppliers to dialogue and progression to stage 3 calls for final tenders. STAGE TWO - no form of evaluation required. * STAGE THREE: The final tender will be subject to an initial compliance check to confirm that the: a) The Final Tender has been submitted on time, is completed correctly, signed as directed, all required documents included, and meet the requirements and conditions set out in the Tender Pack. b) The Final Tender is sufficiently complete to enable it to be evaluated. c) Potential Supplier has not contravened any of the terms and conditions and instructions of the Procurement Process. d) Potential Supplier has submitted a Final Tender that is capable of being accepted The price/quality split can be seen in Section 3.3 of this document, and Potential Suppliers will be allocated a weighted score against the method statements in Section 3 of the Tender Response Document (Part B) - Final Tender. The Pricing Schedule can be seen at Section 4. 3.2 Stage One - Procurement Specific Questionnaire (CURRENT STAGE OF THE PROCUREMENT PROCESS) 3.2.1 The Procurement Specific Questionnaire (PSQ) can be seen labelled Asbestos Surveying and Analysis Procurement Specific Questionnaire which forms part of this Tender Pack. 3.2.2 The PSQ assesses Potential Suppliers to establish if they are to be treated as an 'Excluded' or 'Excludable' Supplier in accordance with Sections 57 and 58 of the Procurement Act 2023. In addition, these questions set the Conditions of Participation for this Tender. These questions ensure that Potential Suppliers participating in the Tender process have the legal and financial capacity, and the technical ability to perform the Contract. 3.2.3 The PSQ consists of three parts: Part 3 - Conditions of Participation: the Council may set Conditions of Participation which a Potential Supplier must satisfy in order to be awarded the Contract. They can relate to the supplier's legal and financial capacity or their technical ability which can be seen in the table below. 3.2.4 A Potential Supplier must first pass all of the pass/fail questions within the PSQ. The Council will then evaluate the scored questions in accordance with the scoring methodology and weightings listed in the table below. The Council will then invite the top five scoring Potential Suppliers to participate in the Initial Tender stage of this Procurement Process (Stage 2). Scored PSQ Questions Weighting Relevant experience and contract examples (Questions 17) 25% Survey Report Turnaround (Question 23) 35% Same Day Sampling (Question 24) 15% Volumes Per Week (Question 25) 15% Mobilisation Time (Question 26) 10%"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "https://www.procontract.due-north.com/Login",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "expressionOfInterestDeadline": "2025-12-08T14:00:00Z",
        "enquiryPeriod": {
            "endDate": "2025-11-28T14:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-02-11T23:59:59Z"
        },
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "value": {
                    "amountGross": 12000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "weightingDescription": "Criteria Weighting Price 30% Quality 70% With the quality criteria being; Method Statement Criteria Weighting Reporting and Data Integration 15% UKAS Accreditation and Legacy Data 12.5% Resourcing and Productivity 12.5% Data Handling and Keystone (or other data management system) Integration 10% Quality Assurance and Audit Compliance 10% Risk Management and Escalation 7.5% Innovation and Continuous Improvement 5% Value for Money in Delivery 5% Social Value 2.5%",
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Reporting and Data Integration",
                            "description": "15%"
                        },
                        {
                            "type": "quality",
                            "name": "UKAS Accreditation and Legacy Data",
                            "description": "12.5%"
                        },
                        {
                            "type": "quality",
                            "name": "Resourcing and Productivity",
                            "description": "12.5%"
                        },
                        {
                            "type": "quality",
                            "name": "Data Handling and Keystone (or other data management system) Integration",
                            "description": "10%"
                        },
                        {
                            "type": "quality",
                            "name": "Quality Assurance and Audit Compliance",
                            "description": "10%"
                        },
                        {
                            "type": "quality",
                            "name": "Risk Management and Escalation",
                            "description": "7.5%"
                        },
                        {
                            "type": "quality",
                            "name": "Innovation and Continuous Improvement",
                            "description": "5%"
                        },
                        {
                            "type": "quality",
                            "name": "Value for Money in Delivery",
                            "description": "5%"
                        },
                        {
                            "type": "quality",
                            "name": "Social Value",
                            "description": "2.5%"
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "30%"
                        }
                    ]
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "description": "Stage 1 - Procurement Specific Questionnaire - open to all top 5 suppliers selected for stage 2 Stage 2 - Dialogue Session to discuss complexities of the contract and how it will be delivered Stage 3 - call for final tenders from shortlisted providers only. 2.8 The Procurement Process This Procurement Process will be conducted in 3 stages. The 3 stages are described in more detail below. Stage 1: Invitation to participate (CURRENT STAGE OF THE PROCUREMENT PROCESS) Stage 1 commenced with the issuing of a Tender Notice [Note: insert link to Tender Notice published on the Central Digital Platform] and the publication of this document. This document includes a Procurement Specific Questionnaire (PSQ) labelled Asbestos Surveying and Analysis PSQ which all Potential Suppliers are required to complete and return in accordance with the Procurement Timetable and instructions within this document. The Council will use this stage to confirm that neither the Potential Supplier, nor any related persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed sub-contractors are listed on the Cabinet Office debarment list. To the extent that any such entities are listed on the debarment list, the Council will consider whether to exclude the Potential Supplier from participating in the Procurement Process in accordance with its obligations under the Act. In addition, the Council will consider whether any Potential Supplier or related persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed sub-contractors are excluded or excludable Suppliers, and before the Council determines that a Potential Supplier is an excluded or excludable Supplier, it will provide the Potential Supplier reasonable opportunity to make representations and provide evidence as is proportionate in the circumstances. If the Potential Supplier is an excluded or excludable Supplier only by virtue of an associated person or proposed sub-contractor, the Council will notify the Potential Supplier of its intention to exclude the Potential Supplier and provide the Potential Supplier with reasonable opportunity to replace the associated person or sub-contractor. If as a consequence of this process the Council excludes the Potential Supplier from participating in the Procurement Process, or is aware of an associated person or sub-contract having been replaced, it will give notice of this fact within 30 days of its decision to the Procurement Review Unit (PRU). The Council will also undertake a review of the completed PSQ with reference to any information held on the Central Digital Platform. Responses to any conditions of participation will be assessed in accordance with the selection process and any selection criteria as set out in the Tender Notice, PSQ and described in this document. The assessment of these responses will identify up to 5 number of Potential Suppliers to be invited to participate in Stage 2. Stage 1 will complete with Potential Suppliers being notified in writing of whether or not they have been successfully shortlisted to participate in Stage 2. Potential Suppliers not invited to Stage 2 will be provided with a written explanation of the reasons why they have not been shortlisted to participate in Stage 2. Potential Suppliers should note that the Council reserves the right to re-assess any response to the PSQ, in light of any new relevant information that comes to the Council's attention. Stage 2: Invitation to participate in Dialogue Stage 2 will commence with the issuing of a letter and an updated Instructions Document (Part A) and associated procurement documents inviting Potential Suppliers that have successfully passed Stage 2 to attend one or more dialogue meetings. The updated Instructions Document (Part A) will also describe in detail how the dialogue will be conducted, including the exact location and dates for the relevant meetings, as well as the attendee arrangements. At commencement of the Procurement Process, the areas of dialogue that the Council anticipates having with Potential Suppliers is as follows: The dialogue will be via a teams meeting and will consist of at least one dialogue meeting with the intention that the Council will ensure suppliers thoroughly understand the specification and the requirements of the Council and to field any additional questions (which will be shared with all shortlisted suppliers). The meeting will be between the Council and each shortlisted supplier. Stage 3: Invitation to submit a final tender Stage 3 will commence with the issuing of a letter and updated Instructions Document (Part A) and associated procurement documents inviting Potential Suppliers that have been successfully shortlisted at Stage 1 and who have participated in dialogue, to submit their final tenders. STAGE ONE - Request to Participate (Procurement Specific Questionnaire (PSQ)): The PSQ will be subject to an initial compliance check to confirm that the: a) The PSQ has been submitted on time, is completed correctly, signed as directed, all required documents included, and meet the requirements and conditions set out in the Tender Pack. b) The PSQ is sufficiently complete to enable it to be evaluated. c) Potential Supplier has not contravened any of the terms and conditions and instructions of the Procurement Process. Requests to Participate that do not meet a) - d) may be rejected at this stage. Requests to Participate that meet the requirements set out in a) - d) must also meet the minimum compliance requirements of the PSQ set out in Section 3.2 of this Instructions Document (Part A). Any Potential Supplier who does not meet these minimum requirements will not proceed to the next stage of the Procurement Process and will be excluded from the Procurement Process. Potential Suppliers who pass stage one of the evaluation and have been ranked in the top 5 of submissions received shall be invited to submit a Final Tender following the dialogue meeting, then the submission will be subject to the price and qualitative evaluation. The Council intend to invite the top 5 suppliers to dialogue and progression to stage 3 calls for final tenders. STAGE TWO - no form of evaluation required. * STAGE THREE: The final tender will be subject to an initial compliance check to confirm that the: a) The Final Tender has been submitted on time, is completed correctly, signed as directed, all required documents included, and meet the requirements and conditions set out in the Tender Pack. b) The Final Tender is sufficiently complete to enable it to be evaluated. c) Potential Supplier has not contravened any of the terms and conditions and instructions of the Procurement Process. d) Potential Supplier has submitted a Final Tender that is capable of being accepted The price/quality split can be seen in Section 3.3 of this document, and Potential Suppliers will be allocated a weighted score against the method statements in Section 3 of the Tender Response Document (Part B) - Final Tender. The Pricing Schedule can be seen at Section 4. 3.2 Stage One - Procurement Specific Questionnaire (CURRENT STAGE OF THE PROCUREMENT PROCESS) 3.2.1 The Procurement Specific Questionnaire (PSQ) can be seen labelled Asbestos Surveying and Analysis Procurement Specific Questionnaire which forms part of this Tender Pack. 3.2.2 The PSQ assesses Potential Suppliers to establish if they are to be treated as an 'Excluded' or 'Excludable' Supplier in accordance with Sections 57 and 58 of the Procurement Act 2023. In addition, these questions set the Conditions of Participation for this Tender. These questions ensure that Potential Suppliers participating in the Tender process have the legal and financial capacity, and the technical ability to perform the Contract. 3.2.3 The PSQ consists of three parts: Part 3 - Conditions of Participation: the Council may set Conditions of Participation which a Potential Supplier must satisfy in order to be awarded the Contract. They can relate to the supplier's legal and financial capacity or their technical ability which can be seen in the table below. 3.2.4 A Potential Supplier must first pass all of the pass/fail questions within the PSQ. The Council will then evaluate the scored questions in accordance with the scoring methodology and weightings listed in the table below. The Council will then invite the top five scoring Potential Suppliers to participate in the Initial Tender stage of this Procurement Process (Stage 2). Scored PSQ Questions Weighting Relevant experience and contract examples (Questions 17) 25% Survey Report Turnaround (Question 23) 35% Same Day Sampling (Question 24) 15% Volumes Per Week (Question 25) 15% Mobilisation Time (Question 26) 10%",
                            "forReduction": true
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-03-02T00:00:00Z",
                    "endDate": "2031-03-01T23:59:59Z",
                    "maxExtentDate": "2036-03-01T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The term of the contract shall be 2nd March 2026 until 28th February 2031 with the option to extend for up to a further 5 further years at the sole discretion of the Council."
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "072968-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/072968-2025",
                "datePublished": "2025-11-11T17:09:42Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en",
    "bids": {
        "details": [
            {
                "id": "1",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-04128328",
                        "name": "ABP Associates Ltd"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "2",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-07649903",
                        "name": "Casa Environmental Services Ltd"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "3",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-03053057",
                        "name": "Life Environmental Services"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "4",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-06257126",
                        "name": "PA Group (UK) Ltd"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            },
            {
                "id": "5",
                "status": "valid",
                "tenderers": [
                    {
                        "id": "GB-COH-07352591",
                        "name": "The Testing Lab PLC"
                    }
                ],
                "relatedLots": [
                    "1"
                ]
            }
        ],
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "2",
                "measure": "finalStageBids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "3",
                "measure": "smeFinalStageBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "4",
                "measure": "vcseFinalStageBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    },
    "awards": [
        {
            "id": "1",
            "status": "pending",
            "date": "2026-03-12T00:00:00Z",
            "value": {
                "amountGross": 12000000,
                "amount": 10000000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-04128328",
                    "name": "ABP Associates Ltd"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "71315300",
                            "description": "Building surveying services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKJ32",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "standstillPeriod": {
                "endDate": "2026-03-24T23:59:59+00:00"
            },
            "contractPeriod": {
                "startDate": "2026-04-01T00:00:00+01:00",
                "endDate": "2031-04-01T23:59:59+01:00",
                "maxExtentDate": "2036-04-01T23:59:59+01:00"
            },
            "hasRenewal": true,
            "renewal": {
                "description": "5 year extension option"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "022374-2026",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/022374-2026",
                    "datePublished": "2026-03-12T14:33:50Z",
                    "format": "text/html"
                }
            ],
            "assessmentSummariesDateSent": "2026-03-12T00:00:00Z",
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2026-03-31T23:59:59+01:00",
                    "status": "scheduled"
                }
            ]
        }
    ]
}