← Back to opportunities

Asbestos Surveys, Testing and Services and Asbestos Abatement Works

THE GUINNESS PARTNERSHIP LIMITED

Buyer Contact Info

Buyer Name: THE GUINNESS PARTNERSHIP LIMITED

Buyer Address: 7th Floor, 350 Euston Road, London, UKI31, NW1 3AX, United Kingdom

Contact Email: procurement@guinness.org.uk

Status
active
Procedure
open
Value
5083333.33 GBP
Gross: 6100000 GBP
Published
02 Dec 2025, 15:33
Deadline
09 Jan 2026, 12:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
71600000 - Technical testing, analysis and consultancy services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

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.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/079028-2025

Link Description: Tender notice on Find a Tender

Lots

Lot Title: Asbestos Surveying and Testing Services

Lot 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

Lot 1 Status: active

Lot 1 Value: GBP 3,000,000

Lot 1 Value (Gross): GBP 3,600,000

Lot 1 Contract Start: 2026-04-01T00:00:00+01:00

Lot 1 Contract End: 2029-03-31T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Quality (60%)

Lot 1 Award Criterion (cost): Cost (40%)

Lot Title: Asbestos Abatement Works

Lot 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

Lot 2 Status: active

Lot 2 Value: GBP 2,083,333.33

Lot 2 Value (Gross): GBP 2,500,000

Lot 2 Contract Start: 2026-04-01T00:00:00+01:00

Lot 2 Contract End: 2029-03-31T23:59:59+01:00

Lot 2 SME Suitable: Yes

Lot 2 Award Criterion (quality): Quality (60%)

Lot 2 Award Criterion (cost): Cost (40%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-COH-IP031693",
    "name": "THE GUINNESS PARTNERSHIP LIMITED"
  },
  "date": "2025-12-02T15:33:16Z",
  "id": "079028-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05ed34",
  "parties": [
    {
      "additionalIdentifiers": [
        {
          "id": "PBNQ-4523-TMYT",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "London",
        "postalCode": "NW1 3AX",
        "region": "UKI31",
        "streetAddress": "7th Floor, 350 Euston Road"
      },
      "contactPoint": {
        "email": "procurement@guinness.org.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public undertaking",
            "id": "publicUndertaking",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-COH-IP031693",
      "identifier": {
        "id": "IP031693",
        "scheme": "GB-COH"
      },
      "name": "THE GUINNESS PARTNERSHIP LIMITED",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "additionalProcurementCategories": [
      "works"
    ],
    "awardPeriod": {
      "endDate": "2026-02-02T23:59:59Z"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "This tender comprises two national lots, both in relation to Asbestos Services/Works, as detailed below:\nLot 1: Asbestos Surveying and Testing Services:\n\u2022\tCarrying out cyclical surveying and re-inspection programmes to fulfil compliance requirements\n\u2022\tCarrying out ad-hoc sampling/survey requests and programmes for planned, void, and responsive works\n\u2022\tProviding survey data and documents to ensure TGP asset management system is updated\n\u2022\tCarrying out air monitoring services following asbestos abatement works\n\u2022\tLeading on asbestos incidents and acting as first point of call to triage incidents\nLot 2: Asbestos Abatement Works:\n\u2022\tCarrying out licensed, notifiable non-licensed, and non-licensed asbestos abatement works for planned, void and responsive works\n\u2022\tProviding completion packs to ensure TGP asset management system can be updated\nEach 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. \nThere 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.\nIn 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.\nA separate contract will be awarded for each lot, and each lot shall be awarded to one bidder.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-12-02T15:33:16Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "079028-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/079028-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-01-02T12:00:00Z"
    },
    "id": "ocds-h6vhtk-05ed34",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Technical testing, analysis and consultancy services",
            "id": "71600000",
            "scheme": "CPV"
          },
          {
            "description": "Laboratory services",
            "id": "71900000",
            "scheme": "CPV"
          },
          {
            "description": "Asbestos removal services",
            "id": "90650000",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "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"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "description": "Asbestos-removal work",
            "id": "45262660",
            "scheme": "CPV"
          },
          {
            "description": "Environmental services",
            "id": "90700000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "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"
          }
        ],
        "id": "2",
        "relatedLot": "2"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lotDetails": {
      "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. \nThere 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.\nIn 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.\nA separate contract will be awarded for each lot, and each lot shall be awarded to one bidder.",
      "maximumLotsAwardedPerSupplier": 1
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Quality",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Cost",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-03-31T23:59:59+01:00",
          "maxExtentDate": "2031-03-31T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "description": "\u2022\tCarrying out cyclical surveying and re-inspection programmes to fulfil compliance requirements\n\u2022\tCarrying out ad-hoc sampling/survey requests and programmes for planned, void, and responsive works\n\u2022\tProviding survey data and documents to ensure TGP asset management system is updated\n\u2022\tCarrying out air monitoring services following asbestos abatement works\n\u2022\tLeading on asbestos incidents and acting as first point of call to triage incidents",
        "hasRenewal": true,
        "id": "1",
        "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."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Turnover - \nEvidence of the Participant\u0027s economic and financial standing to deliver the Contract by satisfying the following criteria:\n\u2022\tLot 1: Minimum turnover of \u00a31,300,000 for each of the last 3 accounting periods (or for the period available if less than three years of trading)\n\u2022\tLot 2: Minimum turnover of \u00a3900,000 for each of the last 3 accounting periods (or for the period available if less than three years of trading)\nEconomic and Financial Standing - \nEvidence of the Participant\u0027s economic and financial standing to deliver the Contract by satisfying both of the following criteria:\n\u2022\tA \"Risk Assessment Report\" will be carried out through Dun and Bradstreet. Participants must have an Impact of Supplier Failure Score of 50 or above.\nWhere 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\u0027s 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.\nA supplier will be awarded a \"fail\" score where Guinness identifies through its assessment that the Participant\u0027s accountancy ratios flag one or more \u0027Red\u0027 risk indicators. Guinness reserves the right to reject from this process Participants that are awarded one \"fail\" score.\nGuinness may, however, at its discretion at this stage carry out further enquiries into the Participant\u0027s 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\u0027s financial risk position is acceptable within this context.\nWhere 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.\nGuinness reserves the right to reassess the Participant\u0027s 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.\nInsurance - \nCommitment that the Participant can secure insurances as follows:\no\tEmployers Liability insurance of \u00a35 million (five million pounds) for each and every claim (Question 7.1a);\no\tPublic Liability Insurance of \u00a310 million (ten million pounds) in the aggregate over any period of 12 months (Question 7.1b);\no\tProfessional Indemnity Insurance of \u00a32 million (two million pounds) in the annual aggregate (Question 7.1c);]",
              "type": "economic"
            },
            {
              "description": "Technical and Professional Ability - \nEvidence that the Participant can meet the technical and professional ability criteria set out in the Procurement Documents, evidenced through the Participant either:\n\u2022\tHaving 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).\nOr,\n\u2022\tWhere 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, \n\u2022\tIf 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). \nOrganisational Standards - \nFor this process, Participants must have the following:\nLot 1_ Asbestos Surveying and Testing Services:\n\u2022\tISO/IEC 17020 for asbestos inspection and surveying (as defined in HSG264),\n\u2022\tISO/IEC 17025 for asbestos testing and analysis (as defined in HSG248)\n\u2022\tISO14001, \n\u2022\tISO45001, \n\u2022\tISO9001\nLot 2_ Asbestos Abatement Work:\n\u2022\tHSE Asbestos Licence under Regulation 8 of the Control of Asbestos Regulations 2012 (issued for a minimum of 2 year)\n\u2022\tISO14001, \n\u2022\tISO45001, \n\u2022\tISO9001",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Asbestos Surveying and Testing Services",
        "value": {
          "amount": 3000000,
          "amountGross": 3600000,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Quality",
              "numbers": [
                {
                  "number": 60,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Cost",
              "numbers": [
                {
                  "number": 40,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-03-31T23:59:59+01:00",
          "maxExtentDate": "2031-03-31T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "description": "\u2022\tCarrying out licensed, notifiable non-licensed, and non-licensed asbestos abatement works for planned, void and responsive works\n\u2022\tProviding completion packs to ensure TGP asset management system can be updated",
        "hasRenewal": true,
        "id": "2",
        "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."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Turnover - \nEvidence of the Participant\u0027s economic and financial standing to deliver the Contract by satisfying the following criteria:\n\u2022\tLot 1: Minimum turnover of \u00a31,300,000 for each of the last 3 accounting periods (or for the period available if less than three years of trading)\n\u2022\tLot 2: Minimum turnover of \u00a3900,000 for each of the last 3 accounting periods (or for the period available if less than three years of trading)\nEconomic and Financial Standing - \nEvidence of the Participant\u0027s economic and financial standing to deliver the Contract by satisfying both of the following criteria:\n\u2022\tA \"Risk Assessment Report\" will be carried out through Dun and Bradstreet. Participants must have an Impact of Supplier Failure Score of 50 or above.\nWhere 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\u0027s 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.\nA supplier will be awarded a \"fail\" score where Guinness identifies through its assessment that the Participant\u0027s accountancy ratios flag one or more \u0027Red\u0027 risk indicators. Guinness reserves the right to reject from this process Participants that are awarded one \"fail\" score.\nGuinness may, however, at its discretion at this stage carry out further enquiries into the Participant\u0027s 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\u0027s financial risk position is acceptable within this context.\nWhere 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.\nGuinness reserves the right to reassess the Participant\u0027s 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.\nInsurance - \nCommitment that the Participant can secure insurances as follows:\no\tEmployers Liability insurance of \u00a35 million (five million pounds) for each and every claim (Question 7.1a);\no\tPublic Liability Insurance of \u00a310 million (ten million pounds) in the aggregate over any period of 12 months (Question 7.1b);\no\tProfessional Indemnity Insurance of \u00a32 million (two million pounds) in the annual aggregate (Question 7.1c);]",
              "type": "economic"
            },
            {
              "description": "Technical and Professional Ability - \nEvidence that the Participant can meet the technical and professional ability criteria set out in the Procurement Documents, evidenced through the Participant either:\n\u2022\tHaving 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).\nOr,\n\u2022\tWhere 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, \n\u2022\tIf 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). \nOrganisational Standards - \nFor this process, Participants must have the following:\nLot 1_ Asbestos Surveying and Testing Services:\n\u2022\tISO/IEC 17020 for asbestos inspection and surveying (as defined in HSG264),\n\u2022\tISO/IEC 17025 for asbestos testing and analysis (as defined in HSG248)\n\u2022\tISO14001, \n\u2022\tISO45001, \n\u2022\tISO9001\nLot 2_ Asbestos Abatement Work:\n\u2022\tHSE Asbestos Licence under Regulation 8 of the Control of Asbestos Regulations 2012 (issued for a minimum of 2 year)\n\u2022\tISO14001, \n\u2022\tISO45001, \n\u2022\tISO9001",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "title": "Asbestos Abatement Works",
        "value": {
          "amount": 2083333.33,
          "amountGross": 2500000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "status": "active",
    "submissionMethodDetails": "https://supplierlive.proactisp2p.com/Account/Login",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2026-01-09T12:00:00Z"
    },
    "title": "Asbestos Surveys, Testing and Services and Asbestos Abatement Works",
    "value": {
      "amount": 5083333.33,
      "amountGross": 6100000,
      "currency": "GBP"
    }
  }
}