Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

Asbestos Surveying and Analysis

  • Cyhoeddwyd gyntaf: 14 Gorffennaf 2025
  • Wedi'i addasu ddiwethaf: 14 Gorffennaf 2025
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-0558cd
Cyhoeddwyd gan:
Southampton City Council
ID Awudurdod:
AA20843
Dyddiad cyhoeddi:
14 Gorffennaf 2025
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

To provide an output such that the Employer meets its legal duties regarding asbestos in its Corporate and Residential properties. The Contractor should have regard to, and follow the recommendations of all existing and proposed legislation, British and European Standards, Approved Codes of Practice, Health & Safety Executive (HSE) Publications and Guidance Notes and established good practice;

3. To undertake a risk management assessment of all ACMs found (material and priority assessment), to determine the overall priority for a control or remedial action and to determine the most appropriate action to carry out, appropriate aspects of the 'priority assessment' and associated remedial actions to be provided by the Contractor and agreed with Southampton City Council (SCC) on an individual survey basis.

4. To provide recommendations to SCC for the management and control of the risk from ACMs; e.g. the recommendation should be 'remove if works affect' in accordance with the SCC strategic management plan

Further detailed within the specification document

the contract has a value of approximately up to £1,000,000 per annum.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Southampton City Council

Civic Centre, Civic Centre Road

Southampton

SO147LY

UK

Person cyswllt: Jason Barrett

E-bost: jason.barrett@southampton.gov.uk

NUTS: UKJ32

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.southampton.gov.uk

I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Asbestos Surveying and Analysis

Cyfeirnod: SCC-SMS-0612

II.1.2) Prif god CPV

71600000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

To provide an output such that the Employer meets its legal duties regarding asbestos in its Corporate and Residential properties. The Contractor should have regard to, and follow the recommendations of all existing and proposed legislation, British and European Standards, Approved Codes of Practice, Health & Safety Executive (HSE) Publications and Guidance Notes and established good practice;

3. To undertake a risk management assessment of all ACMs found (material and priority assessment), to determine the overall priority for a control or remedial action and to determine the most appropriate action to carry out, appropriate aspects of the 'priority assessment' and associated remedial actions to be provided by the Contractor and agreed with Southampton City Council (SCC) on an individual survey basis.

4. To provide recommendations to SCC for the management and control of the risk from ACMs; e.g. the recommendation should be 'remove if works affect' in accordance with the SCC strategic management plan

Further detailed within the specification document

the contract has a value of approximately up to £1,000,000 per annum.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 7 000 000.00 GBP

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UKJ32

II.2.4) Disgrifiad o’r caffaeliad

Mini Competition completed under Procurement for Housing Framework Compliance South East Lot 1A

The primary objective of this contract is to provide Asbestos Surveying and Analysis Services with a call-off contract to procure services.

In summary, the main objectives of this contract are:

1. To provide accurate information concerning the presence of ACMs and presumed ACMs;

2. To provide an output such that the Employer meets its legal duties regarding asbestos in its Corporate and Residential properties. The Contractor should have regard to, and follow the recommendations of all existing and proposed legislation, British and European Standards, Approved Codes of Practice, Health & Safety Executive (HSE) Publications and Guidance Notes and established good practice;

3. To undertake a risk management assessment of all ACMs found (material and priority assessment), to determine the overall priority for a control or remedial action and to determine the most appropriate action to carry out, appropriate aspects of the 'priority assessment' and associated remedial actions to be provided by the Contractor and agreed with Southampton City Council (SCC) on an individual survey basis. Note: draft template protocols are to be developed with the appointed Contractor and agreed with the CA/SCC before commencement;

4. To provide recommendations to SCC for the management and control of the risk from ACMs; e.g. the recommendation should be 'remove if works affect' in accordance with the SCC strategic management plan.

5. To provide adequate information on the presence of ACMs and the associated risks to health for use by SCC in communications with its occupiers, residents, site managers, contractors' operatives and where applicable, Direct Labour Organisation (DLO) operatives.

6. In accordance with HSG 264, to provide a survey report and materials register with overall combined (material and priority) risk assessment in electronic (pdf) format, complete with easy to reference locations for all ACMs found, presumed or materials positively confirmed as asbestos free.

7. To provide a plan showing the location of any ACMs (or presumed ACMs) for each property, or communal area surveyed, including sampling locations and room descriptions. New 'schematic' (not to scale) plans are to be prepared by the Contractor and appended to each asbestos survey report. These plans must also include areas not surveyed to ensure ease of orientation / future survey. When ACMs are subsequently removed (within Communal Areas, Corporate and Commercial assets), this is to be clearly indicated upon re-inspection, the updated survey plan as part of the survey report/register update procedure undertaken by the Contractor;

8. To provide 2 photographs, at varying distances, to clearly show the sample location of any suspect ACMs found (confirmed/presumed or NADIS). At least 1 photograph should also be included for any non-accessed room or area.

9. To carry out survey re-inspections of corporate properties / dwellings / communal areas previously inspected as and where required according to survey programmes and reactive survey requests which will be provided to the Contractor on a daily basis. The Contractor is to provide auditing and re-inspection services in relation to this procedure which is to be agreed with the SCC;

10. To collate and issue an 'occupant/resident friendly' survey report summary and covering letter and post these on behalf of the SCC to individual householders within 1 month, following SCC's approval of completed surveys. Respective issue dates are to be recorded by the Contractor for auditing/reporting by SCC;

11. To carry out refurbishment (intrusive) survey elements in advance of planned/significant works to SCC's properties to enable contractors to undertake the work with a clear understanding of ACMs present in the areas likely to be disturbed as a component of the work proposed. If the property concerned does not have a current management survey, this will also be conducted as a part of the 'targeted/hybrid refurbishment' survey. The Surveying Contractor will be expected to work with SCC and/or their contractors to scope the requirements of the asbestos survey to facilitate the proposed works. On occasion, at the direction of the SCC Asbestos Team, this may involve the identification of similar archetypes to confirm when sufficient consistency of ACMs is identified has been reached (through their surveys) to "demonstrate as far as reasonably practicable that there is consistency in the range of ACMs in the property type and there is an accurate picture of asbestos presence" (HSG264). Although 'refurbishment elements', the Contractor is also to provide priority assessment scores for these materials within the survey report;

12. In conjunction with SCC Asbestos Team, to provide advice on actions required by the Employer to comply with any changes in Regulations, or prevailing HSE guidance throughout the Contract term. This is to specifically include recent changes to HSG248 and the Control of Asbestos Regulations 2012;

13. The ability to populate a remote hosted asbestos register (following SCC approval of each survey document) with data arising from survey reports and inspection information as well as site auditing, air testing, clearance procedure related services provided and related ACM removal information. This to include all related pdf survey reports, certification, photographs, plans, laboratory reports, consignment notes and other relevant information.

14. To populate SCC's asbestos register, the contractor will supply extracted summary survey data, the Contractor will use SCC's preferred template (to be provided). This to include all regular updates on-going.

15. The Contractor shall provide a single Contract/Account Manager and a project directory with contact details for key individuals.

Further detailed within the specification document

Services Required

Asbestos Surveying and Analysis

Annual Value, excluding VAT

Approximately £1,000,000 per annum

Contract Start Date As soon as possible.

Initial Contract Term

3 Years

Extension Options

+2+2 making a total potential of 7 years at the sole discretion of the Authority.

Location Southampton.

II.2.5) Meini prawf dyfarnu

Price

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Initial Contract Term

3 Years

Extension Options

+2+2 making a total potential of 7 years at the sole discretion of the Authority.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Dyfarnu contract heb gyhoeddi galwad am gystadleuaeth yng Nghyfnodolyn Swyddogol yr Undeb Ewropeaidd ymlaen llaw

Cyfiawnhau'r weithdrefn ddyfarnu a ddewiswyd:

Mae’r caffaeliad y tu allan i gwmpas cymhwysiad y gyfarwyddeb

Esboniad

Mini Competition Undertaken via Procurement For Housing Compliance South East Framework lot 1a with 4 responses received.

the responses were evaluated and moderated.

a standstill period took place which expired on 26th June 2025 and subsequently contract awarded via the framework on 1st July 2025 to commence 1st August 2025 for 3 years with option to extend for periods up to 4 years

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

Section V: Dyfarnu contract

Teitl: Asbestos Surveying and Analysis

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

01/07/2025

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 4

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

Tersus Consultancy Limited

01912115

1st Floor Rainham House, Manor Way, RM13 8RH

Rainham

RM13 8RH

UK

NUTS: UKI

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Amcangyfrif cychwynnol o gyfanswm gwerth y contract/lot: 7 000 000.00 GBP

Cyfanswm gwerth y contract/lot: 7 000 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

Mini Competition Undertaken via Procurement For Housing Compliance South East Framework lot 1a with 4 responses received.

the responses were evaluated and moderated.

a standstill period took place which expired on 26th June 2025 and subsequently contract awarded via the framework on 1st July 2025 to commence 1st August 2025 for 3 years with option to extend for periods up to 4 years

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court of England and Wales

London

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

04/07/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71600000 Gwasanaethau profi, dadansoddi ac ymgynghori technegol Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
jason.barrett@southampton.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.