Notice Information
Notice Title
Asbestos Surveys, Testing and Services and Asbestos Abatement Works
Notice Description
This tender comprises two national lots, both in relation to Asbestos Services/Works, as detailed below: Lot 1: Asbestos Surveying and Testing Services: * Carrying out cyclical surveying and re-inspection programmes to fulfil compliance requirements * Carrying out ad-hoc sampling/survey requests and programmes for planned, void, and responsive works * Providing survey data and documents to ensure TGP asset management system is updated * Carrying out air monitoring services following asbestos abatement works * Leading on asbestos incidents and acting as first point of call to triage incidents Lot 2: Asbestos Abatement Works: * Carrying out licensed, notifiable non-licensed, and non-licensed asbestos abatement works for planned, void and responsive works * Providing completion packs to ensure TGP asset management system can be updated Each lot is for the provision of National Services/Works. Bidders must clearly indicate the contract lot(s) for which they are submitting a tender in the Tender Certificate. There are no restrictions on the number of lots a bidder may submit a tender for; however, a bidder will be awarded no more than one (1) lot. In the event that a single bidder achieves the highest overall evaluation score for both lots, Lot 2 shall take precedence. In such circumstances, the bidder will be awarded Lot 2, and Lot 1 will be awarded to the next highest-ranked tenderer for that lot. A separate contract will be awarded for each lot, and each lot shall be awarded to one bidder.
Lot Information
Asbestos Surveying and Testing Services
* Carrying out cyclical surveying and re-inspection programmes to fulfil compliance requirements * Carrying out ad-hoc sampling/survey requests and programmes for planned, void, and responsive works * Providing survey data and documents to ensure TGP asset management system is updated * Carrying out air monitoring services following asbestos abatement works * Leading on asbestos incidents and acting as first point of call to triage incidents
Renewal: The contracts will be awarded for an initial term of three (3) years, with the option to extend for up to two (2) additional one-year periods at the sole discretion of Guinness.
Asbestos Abatement Works* Carrying out licensed, notifiable non-licensed, and non-licensed asbestos abatement works for planned, void and responsive works * Providing completion packs to ensure TGP asset management system can be updated
Renewal: The contracts will be awarded for an initial term of three (3) years, with the option to extend for up to two (2) additional one-year periods at the sole discretion of Guinness.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05ed34
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/079028-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
45262660 - Asbestos-removal work
71600000 - Technical testing, analysis and consultancy services
71900000 - Laboratory services
90650000 - Asbestos removal services
90700000 - Environmental services
Notice Value(s)
- Tender Value
- £5,083,333 £1M-£10M
- Lots Value
- £5,083,333 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Dec 20252 days ago
- Submission Deadline
- 9 Jan 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Mar 2026 - 31 Mar 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE GUINNESS PARTNERSHIP LIMITED
- Contact Name
- Not specified
- Contact Email
- procurement@guinness.org.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- NW1 3AX
- Post Town
- North West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI36 Camden
- Delivery Location
- TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)
-
- Local Authority
- Camden
- Electoral Ward
- Regent's Park
- Westminster Constituency
- Holborn and St Pancras
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/079028-2025
2nd December 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-05ed34-2025-12-02T15:33:16Z",
"date": "2025-12-02T15:33:16Z",
"ocid": "ocds-h6vhtk-05ed34",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-IP031693",
"name": "THE GUINNESS PARTNERSHIP LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "IP031693"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PBNQ-4523-TMYT"
}
],
"address": {
"streetAddress": "7th Floor, 350 Euston Road",
"locality": "London",
"postalCode": "NW1 3AX",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"email": "procurement@guinness.org.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicUndertaking",
"scheme": "UK_CA_TYPE",
"description": "Public undertaking"
}
]
}
}
],
"buyer": {
"id": "GB-COH-IP031693",
"name": "THE GUINNESS PARTNERSHIP LIMITED"
},
"tender": {
"id": "ocds-h6vhtk-05ed34",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Asbestos Surveys, Testing and Services and Asbestos Abatement Works",
"description": "This tender comprises two national lots, both in relation to Asbestos Services/Works, as detailed below: Lot 1: Asbestos Surveying and Testing Services: * Carrying out cyclical surveying and re-inspection programmes to fulfil compliance requirements * Carrying out ad-hoc sampling/survey requests and programmes for planned, void, and responsive works * Providing survey data and documents to ensure TGP asset management system is updated * Carrying out air monitoring services following asbestos abatement works * Leading on asbestos incidents and acting as first point of call to triage incidents Lot 2: Asbestos Abatement Works: * Carrying out licensed, notifiable non-licensed, and non-licensed asbestos abatement works for planned, void and responsive works * Providing completion packs to ensure TGP asset management system can be updated Each lot is for the provision of National Services/Works. Bidders must clearly indicate the contract lot(s) for which they are submitting a tender in the Tender Certificate. There are no restrictions on the number of lots a bidder may submit a tender for; however, a bidder will be awarded no more than one (1) lot. In the event that a single bidder achieves the highest overall evaluation score for both lots, Lot 2 shall take precedence. In such circumstances, the bidder will be awarded Lot 2, and Lot 1 will be awarded to the next highest-ranked tenderer for that lot. A separate contract will be awarded for each lot, and each lot shall be awarded to one bidder.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71600000",
"description": "Technical testing, analysis and consultancy services"
},
{
"scheme": "CPV",
"id": "71900000",
"description": "Laboratory services"
},
{
"scheme": "CPV",
"id": "90650000",
"description": "Asbestos removal services"
},
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45262660",
"description": "Asbestos-removal work"
},
{
"scheme": "CPV",
"id": "90700000",
"description": "Environmental services"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKE",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKI",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "2"
}
],
"value": {
"amountGross": 6100000,
"amount": 5083333.33,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"additionalProcurementCategories": [
"works"
],
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://supplierlive.proactisp2p.com/Account/Login",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-01-09T12:00:00Z"
},
"enquiryPeriod": {
"endDate": "2026-01-02T12:00:00Z"
},
"awardPeriod": {
"endDate": "2026-02-02T23:59:59Z"
},
"lots": [
{
"id": "1",
"title": "Asbestos Surveying and Testing Services",
"description": "* Carrying out cyclical surveying and re-inspection programmes to fulfil compliance requirements * Carrying out ad-hoc sampling/survey requests and programmes for planned, void, and responsive works * Providing survey data and documents to ensure TGP asset management system is updated * Carrying out air monitoring services following asbestos abatement works * Leading on asbestos incidents and acting as first point of call to triage incidents",
"status": "active",
"value": {
"amountGross": 3600000,
"amount": 3000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Cost",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Turnover - Evidence of the Participant's economic and financial standing to deliver the Contract by satisfying the following criteria: * Lot 1: Minimum turnover of PS1,300,000 for each of the last 3 accounting periods (or for the period available if less than three years of trading) * Lot 2: Minimum turnover of PS900,000 for each of the last 3 accounting periods (or for the period available if less than three years of trading) Economic and Financial Standing - Evidence of the Participant's economic and financial standing to deliver the Contract by satisfying both of the following criteria: * A \"Risk Assessment Report\" will be carried out through Dun and Bradstreet. Participants must have an Impact of Supplier Failure Score of 50 or above. Where a Participant fails to meet the risk assessment criteria and or the turnover requirement, a further financial assessment will be conducted. The assessment will consist of applying recognised accounting ratios, as shown in Appendix B, to understand a Participant's financial health. Each ratio will be rated either red, amber, neutral or green depending on the outcome of the ratio. The assessment of red, neutral or green for each ratio is shown in Appendix B. A supplier will be awarded a \"fail\" score where Guinness identifies through its assessment that the Participant's accountancy ratios flag one or more 'Red' risk indicators. Guinness reserves the right to reject from this process Participants that are awarded one \"fail\" score. Guinness may, however, at its discretion at this stage carry out further enquiries into the Participant's financial position. Taking into account the context of the risk, the availability and the appropriateness, affordability and reasonableness of any risk mitigation measures, Guinness will make a final decision on whether the Participant's financial risk position is acceptable within this context. Where a Participant is relying on another member of the bidding group/consortium or any subcontractors or other security to meet the economic and financial standing criteria, confirmation that the relevant person or entity is willing to provide a guarantee or other security if required. Guinness reserves the right to reassess the Participant's Economic and Financial Standing throughout the procurement process and/or Contract term. Any successful supplier will be subject to a further financial assessment as described above, prior to any award of contract. Insurance - Commitment that the Participant can secure insurances as follows: o Employers Liability insurance of PS5 million (five million pounds) for each and every claim (Question 7.1a); o Public Liability Insurance of PS10 million (ten million pounds) in the aggregate over any period of 12 months (Question 7.1b); o Professional Indemnity Insurance of PS2 million (two million pounds) in the annual aggregate (Question 7.1c);]"
},
{
"type": "technical",
"description": "Technical and Professional Ability - Evidence that the Participant can meet the technical and professional ability criteria set out in the Procurement Documents, evidenced through the Participant either: * Having delivered at least three previous or current national contracts of a relevant size, geographies, scope and nature, including planned and reactive activities, relevant to the Contract being tendered. Examples to be from the past three years. Older examples may be considered where necessary. Where bidding as a group / consortium, examples should be where one or more group / consortium members have delivered similar requirements. If this is not possible, up to three examples should be provided from the principal members of the group. Where a Participant is proposing to subcontract a portion of the contract, provide relevant examples where one or more of the essential subcontractors have delivered similar requirements (separate examples are not required from each subcontract). Or, * Where the Participant cannot provide at least one example which otherwise provides a sufficient level of evidence, that the Participant is able to demonstrate the required professional and technical capacity to deliver the Contract requirements through other means. And, * If sub-contracting, demonstration that the Participant has appropriate arrangements and supply chain management tracking systems in place for maintaining a healthy supply chain, ensuring performance of the contract and adherence to the UK Prompt Payment Code (or equivalent schemes) (Q6.3). Organisational Standards - For this process, Participants must have the following: Lot 1_ Asbestos Surveying and Testing Services: * ISO/IEC 17020 for asbestos inspection and surveying (as defined in HSG264), * ISO/IEC 17025 for asbestos testing and analysis (as defined in HSG248) * ISO14001, * ISO45001, * ISO9001 Lot 2_ Asbestos Abatement Work: * HSE Asbestos Licence under Regulation 8 of the Control of Asbestos Regulations 2012 (issued for a minimum of 2 year) * ISO14001, * ISO45001, * ISO9001"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2031-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The contracts will be awarded for an initial term of three (3) years, with the option to extend for up to two (2) additional one-year periods at the sole discretion of Guinness."
}
},
{
"id": "2",
"title": "Asbestos Abatement Works",
"description": "* Carrying out licensed, notifiable non-licensed, and non-licensed asbestos abatement works for planned, void and responsive works * Providing completion packs to ensure TGP asset management system can be updated",
"status": "active",
"value": {
"amountGross": 2500000,
"amount": 2083333.33,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Cost",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Turnover - Evidence of the Participant's economic and financial standing to deliver the Contract by satisfying the following criteria: * Lot 1: Minimum turnover of PS1,300,000 for each of the last 3 accounting periods (or for the period available if less than three years of trading) * Lot 2: Minimum turnover of PS900,000 for each of the last 3 accounting periods (or for the period available if less than three years of trading) Economic and Financial Standing - Evidence of the Participant's economic and financial standing to deliver the Contract by satisfying both of the following criteria: * A \"Risk Assessment Report\" will be carried out through Dun and Bradstreet. Participants must have an Impact of Supplier Failure Score of 50 or above. Where a Participant fails to meet the risk assessment criteria and or the turnover requirement, a further financial assessment will be conducted. The assessment will consist of applying recognised accounting ratios, as shown in Appendix B, to understand a Participant's financial health. Each ratio will be rated either red, amber, neutral or green depending on the outcome of the ratio. The assessment of red, neutral or green for each ratio is shown in Appendix B. A supplier will be awarded a \"fail\" score where Guinness identifies through its assessment that the Participant's accountancy ratios flag one or more 'Red' risk indicators. Guinness reserves the right to reject from this process Participants that are awarded one \"fail\" score. Guinness may, however, at its discretion at this stage carry out further enquiries into the Participant's financial position. Taking into account the context of the risk, the availability and the appropriateness, affordability and reasonableness of any risk mitigation measures, Guinness will make a final decision on whether the Participant's financial risk position is acceptable within this context. Where a Participant is relying on another member of the bidding group/consortium or any subcontractors or other security to meet the economic and financial standing criteria, confirmation that the relevant person or entity is willing to provide a guarantee or other security if required. Guinness reserves the right to reassess the Participant's Economic and Financial Standing throughout the procurement process and/or Contract term. Any successful supplier will be subject to a further financial assessment as described above, prior to any award of contract. Insurance - Commitment that the Participant can secure insurances as follows: o Employers Liability insurance of PS5 million (five million pounds) for each and every claim (Question 7.1a); o Public Liability Insurance of PS10 million (ten million pounds) in the aggregate over any period of 12 months (Question 7.1b); o Professional Indemnity Insurance of PS2 million (two million pounds) in the annual aggregate (Question 7.1c);]"
},
{
"type": "technical",
"description": "Technical and Professional Ability - Evidence that the Participant can meet the technical and professional ability criteria set out in the Procurement Documents, evidenced through the Participant either: * Having delivered at least three previous or current national contracts of a relevant size, geographies, scope and nature, including planned and reactive activities, relevant to the Contract being tendered. Examples to be from the past three years. Older examples may be considered where necessary. Where bidding as a group / consortium, examples should be where one or more group / consortium members have delivered similar requirements. If this is not possible, up to three examples should be provided from the principal members of the group. Where a Participant is proposing to subcontract a portion of the contract, provide relevant examples where one or more of the essential subcontractors have delivered similar requirements (separate examples are not required from each subcontract). Or, * Where the Participant cannot provide at least one example which otherwise provides a sufficient level of evidence, that the Participant is able to demonstrate the required professional and technical capacity to deliver the Contract requirements through other means. And, * If sub-contracting, demonstration that the Participant has appropriate arrangements and supply chain management tracking systems in place for maintaining a healthy supply chain, ensuring performance of the contract and adherence to the UK Prompt Payment Code (or equivalent schemes) (Q6.3). Organisational Standards - For this process, Participants must have the following: Lot 1_ Asbestos Surveying and Testing Services: * ISO/IEC 17020 for asbestos inspection and surveying (as defined in HSG264), * ISO/IEC 17025 for asbestos testing and analysis (as defined in HSG248) * ISO14001, * ISO45001, * ISO9001 Lot 2_ Asbestos Abatement Work: * HSE Asbestos Licence under Regulation 8 of the Control of Asbestos Regulations 2012 (issued for a minimum of 2 year) * ISO14001, * ISO45001, * ISO9001"
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-04-01T00:00:00+01:00",
"endDate": "2029-03-31T23:59:59+01:00",
"maxExtentDate": "2031-03-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "The contracts will be awarded for an initial term of three (3) years, with the option to extend for up to two (2) additional one-year periods at the sole discretion of Guinness."
}
}
],
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1,
"awardCriteriaDetails": "Each lot is for the provision of National Services/Works. Bidders must clearly indicate the contract lot(s) for which they are submitting a tender in the Tender Certificate. There are no restrictions on the number of lots a bidder may submit a tender for; however, a bidder will be awarded no more than one (1) lot. In the event that a single bidder achieves the highest overall evaluation score for both lots, Lot 2 shall take precedence. In such circumstances, the bidder will be awarded Lot 2, and Lot 1 will be awarded to the next highest-ranked tenderer for that lot. A separate contract will be awarded for each lot, and each lot shall be awarded to one bidder."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "079028-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/079028-2025",
"datePublished": "2025-12-02T15:33:16Z",
"format": "text/html"
}
]
},
"language": "en"
}