Tender

Copy of Asbestos Consultancy and Removal/Remediation Framework

CARDIFF UNIVERSITY

This public procurement record has 2 releases in its history.

Tender

28 Jan 2026 at 12:46

Planning

07 Jan 2026 at 09:15

Summary of the contracting process

Cardiff University is currently in the tendering stage for a procurement process involving the establishment of a two-lot framework for Asbestos Consultancy and Removal/Remediation Services. The contract spans the services category within the region of Cardiff (UKL22), United Kingdom. This open procurement method invites suppliers to submit tenders by 25 February 2026, with the enquiry period concluding on 19 February 2026. The award is expected to be finalised by 30 March 2026, and the contract will commence on 1 May 2026, lasting until 30 April 2028, with potential extensions up to 2030. As a contracting authority operating under Welsh devolved regulations, Cardiff University seeks to appoint one primary and one reserve supplier for each lot, adhering to the Control of Asbestos Regulations 2012 and relevant HSE guidelines.

This tender represents a significant opportunity for businesses specialising in asbestos consultancy and removal services to grow by securing a framework agreement with a reputable academic institution. The contract's suitable development opportunities make it ideal for small and medium-sized enterprises (SMEs) that are UKAS accredited and compliant with existing safety standards. Interested suppliers will have the chance to engage in both licensed and non-licensed asbestos-related services, from analysis and surveying to removal and emergency decontamination. With an emphasis on quality and responsible procurement, Cardiff University's procurement process offers business growth potential through consistent work over several years, providing a stable partnership aligned with strategic safety management objectives.

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

Copy of Asbestos Consultancy and Removal/Remediation Framework

Notice Description

A two-lot framework for Asbestos Consultancy Services and Asbestos removal/remediation services for the University, with one supplier and one reserve supplier per lot. Lot 1 - Asbestos Consultancy Services The Provision of Asbestos Consultancy related services, including but not limited to: Surveying, Analysis, Bulk Sampling, Air Monitoring and offering expert advice to Estates managers. All Asbestos Consultancy services must be carried out in accordance with the relevant Health and Safety Executive guidance manuals, and meet the minimum requirements set out in the Control of Asbestos Regulations 2012 (CAR2012). Asbestos consultancies must be UKAS accredited to both ISO/IEC 17020:2012 for inspections and ISO/IEC 17025:2017 for analytical/laboratory services. All operatives shall comply with prevailing Health and Safety legislation Lot 2 - Asbestos Removal/Remediation Services The Provision of Asbestos Removal/Remediation Services, including but not limited to: Planned licensed removal work utilising enclosures, planned non-licensed and notifiable non-licensed work, Support services, such as enabling access for surveyors and other workers where known ACMs pose a risk. Emergency callouts, including clean ups and provision of decontamination units for third parties who have become contaminated on site. The Supplier must hold a valid license from the HSE for the type of work to be undertaken. All works must be carried out according to HSE guidance, in particular, HSG247 - Asbestos: The licensed contractors' guide. The Supplier will meet the minimum requirements as detailed in the Control of Asbestos Regulations 2012 (CAR2012) and all subordinate legislation.

Lot Information

Asbestos Consultancy

The Provision of Asbestos Consultancy related services, including but not limited to: Surveying, Analysis, Bulk Sampling, Air Monitoring and offering expert advice to Estates managers. All Asbestos Consultancy services must be carried out in accordance with the relevant Health and Safety Executive guidance manuals, and meet the minimum requirements set out in the Control of Asbestos Regulations 2012 (CAR2012). Asbestos consultancies must be UKAS accredited to both ISO/IEC 17020:2012 for inspections and ISO/IEC 17025:2017 for analytical/laboratory services. All operatives shall comply with prevailing Health and Safety legislation

Renewal: 2 x 12 month extension options

Asbestos Removal/Remediation

The Provision of Asbestos Removal/Remediation Services, including but not limited to: Planned licensed removal work utilising enclosures, planned non-licensed and notifiable non-licensed work, Support services, such as enabling access for surveyors and other workers where known ACMs pose a risk. Emergency callouts, including clean ups and provision of decontamination units for third parties who have become contaminated on site. The Supplier must hold a valid license from the HSE for the type of work to be undertaken. All works must be carried out according to HSE guidance, in particular, HSG247 - Asbestos: The licensed contractors' guide. The Supplier will meet the minimum requirements as detailed in the Control of Asbestos Regulations 2012 (CAR2012) and all subordinate legislation.

Renewal: 2 x 12 month extension options

Planning Information

The University are undertaking Pre-Market engagement event for the procurement for the provision of: A two-lot framework for Asbestos Consultancy Services and Asbestos removal/remediation services for the University, with one supplier and one reserve supplier per lot. Lot 1 – Asbestos Consultancy Services The Provision of Asbestos Consultancy related services, including but not limited to: Surveying, Analysis, Bulk Sampling, Air Monitoring and offering expert advice to Estates managers. All Asbestos Consultancy services must be carried out in accordance with the relevant Health and Safety Executive guidance manuals, and meet the minimum requirements set out in the Control of Asbestos Regulations 2012 (CAR2012). Asbestos consultancies must be UKAS accredited to both ISO/IEC 17020:2012 for inspections and ISO/IEC 17025:2017 for analytical/laboratory services. All operatives shall comply with prevailing Health and Safety legislation Lot 2 – Asbestos Removal/Remediation Services The Provision of Asbestos Removal/Remediation Services, including but not limited to: Planned licensed removal work utilising enclosures, planned non-licensed and notifiable non-licensed work, Support services, such as enabling access for surveyors and other workers where known ACMs pose a risk. Emergency callouts, including clean ups and provision of decontamination units for third parties who have become contaminated on site. The Supplier must hold a valid license from the HSE for the type of work to be undertaken. All works must be carried out according to HSE guidance, in particular, HSG247 – Asbestos: The licensed contractors’ guide. The Supplier will meet the minimum requirements as detailed in the Control of Asbestos Regulations 2012 (CAR2012) and all subordinate legislation. The objectives for the engagement are: • To establish the level of interest in the Framework • Identify any common concerns or queries The Pre-market engagement event will be held on 26th January 2026 at 2pm via Teams Suppliers interested in attending the pre-market engagement event must send an expression of interest via the In-Tend Portal. https://in-tendhost.co.uk/cardiffuniversity/ Once registered please complete the registration form and return via the correspondence function within the system. Suppliers will be limited to 2 attendees. The deadline for registering attendance at the event is 12 Noon, 23rd January 2026 – Teams invitations will be issued once this deadline has passed. The University reserves the right to reject an application to attend sent after this time. All presentation documentation, questions and answers will be published against the opportunity on the Portal following the engagement meetings.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-06008e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/007575-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

90650000 - Asbestos removal services

Notice Value(s)

Tender Value
£490,000 £100K-£500K
Lots Value
£490,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Jan 20263 weeks ago
Submission Deadline
25 Feb 20262 days to go
Future Notice Date
2 Feb 2026Expired
Award Date
Not specified
Contract Period
30 Apr 2026 - 30 Apr 2028 2-3 years
Recurrence
2030-02-01

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
CARDIFF UNIVERSITY
Contact Name
Julie Price
Contact Email
pricejk@cardiff.ac.uk
Contact Phone
Not specified

Buyer Location

Locality
CARDIFF
Postcode
CF24 4HQ
Post Town
Cardiff
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL52 Cardiff and Vale of Glamorgan
Delivery Location
TLL22 Cardiff and Vale of Glamorgan

Local Authority
Cardiff
Electoral Ward
Cathays
Westminster Constituency
Cardiff South and Penarth

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-06008e-2026-01-28T12:46:09Z",
    "date": "2026-01-28T12:46:09Z",
    "ocid": "ocds-h6vhtk-06008e",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PHVT-4343-HWYR",
            "name": "Cardiff University",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PHVT-4343-HWYR"
            },
            "address": {
                "streetAddress": "Procurement Services",
                "locality": "Cardiff",
                "postalCode": "CF24 4HQ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKL22"
            },
            "contactPoint": {
                "name": "Julie Price",
                "email": "Pricejk@cardiff.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    },
                    {
                        "id": "GB-WLS",
                        "scheme": "UK_CA_DEVOLVED_REGULATIONS",
                        "description": "Welsh devolved regulations apply"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PHVT-4343-HWYR",
        "name": "Cardiff University"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "The University are undertaking Pre-Market engagement event for the procurement for the provision of: A two-lot framework for Asbestos Consultancy Services and Asbestos removal/remediation services for the University, with one supplier and one reserve supplier per lot. Lot 1 - Asbestos Consultancy Services The Provision of Asbestos Consultancy related services, including but not limited to: Surveying, Analysis, Bulk Sampling, Air Monitoring and offering expert advice to Estates managers. All Asbestos Consultancy services must be carried out in accordance with the relevant Health and Safety Executive guidance manuals, and meet the minimum requirements set out in the Control of Asbestos Regulations 2012 (CAR2012). Asbestos consultancies must be UKAS accredited to both ISO/IEC 17020:2012 for inspections and ISO/IEC 17025:2017 for analytical/laboratory services. All operatives shall comply with prevailing Health and Safety legislation Lot 2 - Asbestos Removal/Remediation Services The Provision of Asbestos Removal/Remediation Services, including but not limited to: Planned licensed removal work utilising enclosures, planned non-licensed and notifiable non-licensed work, Support services, such as enabling access for surveyors and other workers where known ACMs pose a risk. Emergency callouts, including clean ups and provision of decontamination units for third parties who have become contaminated on site. The Supplier must hold a valid license from the HSE for the type of work to be undertaken. All works must be carried out according to HSE guidance, in particular, HSG247 - Asbestos: The licensed contractors' guide. The Supplier will meet the minimum requirements as detailed in the Control of Asbestos Regulations 2012 (CAR2012) and all subordinate legislation. The objectives for the engagement are: * To establish the level of interest in the Framework * Identify any common concerns or queries The Pre-market engagement event will be held on 26th January 2026 at 2pm via Teams Suppliers interested in attending the pre-market engagement event must send an expression of interest via the In-Tend Portal. https://in-tendhost.co.uk/cardiffuniversity/ Once registered please complete the registration form and return via the correspondence function within the system. Suppliers will be limited to 2 attendees. The deadline for registering attendance at the event is 12 Noon, 23rd January 2026 - Teams invitations will be issued once this deadline has passed. The University reserves the right to reject an application to attend sent after this time. All presentation documentation, questions and answers will be published against the opportunity on the Portal following the engagement meetings.",
                "dueDate": "2026-01-23T23:59:59+00:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "000897-2026",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/000897-2026",
                "datePublished": "2026-01-07T09:15:18Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "CU.2058.JP",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Copy of Asbestos Consultancy and Removal/Remediation Framework",
        "description": "A two-lot framework for Asbestos Consultancy Services and Asbestos removal/remediation services for the University, with one supplier and one reserve supplier per lot. Lot 1 - Asbestos Consultancy Services The Provision of Asbestos Consultancy related services, including but not limited to: Surveying, Analysis, Bulk Sampling, Air Monitoring and offering expert advice to Estates managers. All Asbestos Consultancy services must be carried out in accordance with the relevant Health and Safety Executive guidance manuals, and meet the minimum requirements set out in the Control of Asbestos Regulations 2012 (CAR2012). Asbestos consultancies must be UKAS accredited to both ISO/IEC 17020:2012 for inspections and ISO/IEC 17025:2017 for analytical/laboratory services. All operatives shall comply with prevailing Health and Safety legislation Lot 2 - Asbestos Removal/Remediation Services The Provision of Asbestos Removal/Remediation Services, including but not limited to: Planned licensed removal work utilising enclosures, planned non-licensed and notifiable non-licensed work, Support services, such as enabling access for surveyors and other workers where known ACMs pose a risk. Emergency callouts, including clean ups and provision of decontamination units for third parties who have become contaminated on site. The Supplier must hold a valid license from the HSE for the type of work to be undertaken. All works must be carried out according to HSE guidance, in particular, HSG247 - Asbestos: The licensed contractors' guide. The Supplier will meet the minimum requirements as detailed in the Control of Asbestos Regulations 2012 (CAR2012) and all subordinate legislation.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90650000",
                        "description": "Asbestos removal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKL22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90650000",
                        "description": "Asbestos removal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL22",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amountGross": 588000,
            "amount": 490000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 4,
                "method": "withoutReopeningCompetition",
                "type": "closed",
                "description": "All work will be issued to the Primary supplier on each lot via a Purchase order. If the Primary supplier is unable to deliver the work, the work will be issued to the Reserve supplier via Purchase order."
            }
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2028-04-30T23:59:59+01:00",
                    "maxExtentDate": "2030-04-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "status": "active",
                "title": "Asbestos Consultancy",
                "description": "The Provision of Asbestos Consultancy related services, including but not limited to: Surveying, Analysis, Bulk Sampling, Air Monitoring and offering expert advice to Estates managers. All Asbestos Consultancy services must be carried out in accordance with the relevant Health and Safety Executive guidance manuals, and meet the minimum requirements set out in the Control of Asbestos Regulations 2012 (CAR2012). Asbestos consultancies must be UKAS accredited to both ISO/IEC 17020:2012 for inspections and ISO/IEC 17025:2017 for analytical/laboratory services. All operatives shall comply with prevailing Health and Safety legislation",
                "value": {
                    "amountGross": 432000,
                    "amount": 360000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Responsible Procurement",
                            "description": "Responsible Procurement",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As stated in the ITT docs"
                        },
                        {
                            "type": "technical",
                            "description": "As stated in the ITT docs"
                        }
                    ]
                },
                "renewal": {
                    "description": "2 x 12 month extension options"
                }
            },
            {
                "id": "2",
                "title": "Asbestos Removal/Remediation",
                "description": "The Provision of Asbestos Removal/Remediation Services, including but not limited to: Planned licensed removal work utilising enclosures, planned non-licensed and notifiable non-licensed work, Support services, such as enabling access for surveyors and other workers where known ACMs pose a risk. Emergency callouts, including clean ups and provision of decontamination units for third parties who have become contaminated on site. The Supplier must hold a valid license from the HSE for the type of work to be undertaken. All works must be carried out according to HSE guidance, in particular, HSG247 - Asbestos: The licensed contractors' guide. The Supplier will meet the minimum requirements as detailed in the Control of Asbestos Regulations 2012 (CAR2012) and all subordinate legislation.",
                "status": "active",
                "value": {
                    "amountGross": 156000,
                    "amount": 130000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "Quality",
                            "numbers": [
                                {
                                    "number": 60,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Responsible Procurement",
                            "description": "Responsible Procurement",
                            "numbers": [
                                {
                                    "number": 10,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "Price",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "As stated in the ITT docs"
                        },
                        {
                            "type": "technical",
                            "description": "As stated in the ITT docs"
                        }
                    ]
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2026-05-01T00:00:00+01:00",
                    "endDate": "2028-04-30T23:59:59+01:00",
                    "maxExtentDate": "2030-04-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "2 x 12 month extension options"
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-02-02T23:59:59+00:00"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://in-tendhost.co.uk/cardiffuniversity/aspx/Home",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en",
                "cy"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-25T12:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-19T12:00:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-03-30T23:59:59+01:00"
        },
        "lotDetails": {
            "awardCriteriaDetails": "A maximum of two Bidders will be appointed to each Lot of the Framework (1 Primary supplier and one Reserve supplier, all works under these lots will be delivered by the Primary supplier unless the primary supplier is not able to deliver a piece of work, in which case the reserve supplier will be offered the work. However, there will be no guarantee of work or volume of work given under this Framework."
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "007575-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/007575-2026",
                "datePublished": "2026-01-28T12:46:09Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2030-02-01T23:59:59+00:00"
                }
            ]
        }
    },
    "language": "en"
}