91ÃÛÌÒÊÓÆµ

Construction Tenders

06 May 2025

Related Information

Construction Contract Leads

East of England

Category Works

Type

No. of Lots 1

Status Active

Published 20th Feb 2025

Tender Details
Referenceocds-h6vhtk-0495f2
Common Procurement VocabularyRefurbishment work
Procurement MethodOpen procedure
Value-
« Previous Page

East of England

Category Works

Type

No. of Lots 1

Status Active

Published 20th Feb 2025

Tender Details
Referenceocds-h6vhtk-0495f2
Common Procurement VocabularyRefurbishment work
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Babergh District Council

Endeavour House, 8 Russell Road

Ipswich

IP1 2BX

Email

procurement [at] baberghmidsuffolk.gov.uk

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Internet address(es)

Main address

I.1) Name and addresses

Mid Suffolk District Council

Endeavour House, 8 Russell Road

Ipswich

IP1 2BX

Email

Procurement [at] baberghmidsuffolk.gov.uk

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Internet address(es)

Main address

I.2) Information about joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

Additional information can be obtained from another address:

Faithorn Farrell Timms

Orpington

Email

procurement [at] effefftee.co.uk

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Internet address(es)

Main address

Tenders or requests to participate must be submitted electronically via

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Damp and Mould Remedial Works Contract for Babergh District Council and Mid Suffolk District Council

Reference number

578/ PR-10327

II.1.2) Main CPV code

  • 45453100 - Refurbishment work

II.1.3) Type of contract

Works

II.1.4) Short description

Babergh District Council and Mid Suffolk District Council are looking to jointly procure one Contractor for the delivery of their Damp andMould Remedial Works Contract.The estimated annual combined contract values are circa GBP250000.00 to GBP450000.00.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45453100 - Refurbishment work

II.2.3) Place of performance

NUTS codes
  • UKH14 - Suffolk
Main site or place of performance

Properties owned and managed by Babergh District Council and Mid Suffolk District Council.

II.2.4) Description of the procurement

Babergh District Council and Mid Suffolk District Council are looking to jointly procure a Contractor for the delivery of their Damp andMould Remedial Works Contract.The estimated annual contract value is circa GBP250000.00 to GBP450000.00. These figures do not take into account annual indexationconsiderations or VAT.The works required by the contract include, but are not restricted to- Mould cleaning of hard surfaces, furniture and carpets- Mechanical and non-mechanical ventilation including PIV systems- Plastering- Brickwork/render repairs- Carpentry- Roofing repairs- Decorating- Kitchen and Bathroom repairs- Electrical repairs- General plumbing repairs- Flooring installs (including cap & cove)- Damp proofing, injection and tanking- Internal, cavity and loft Insulation repairs and upgrades- Window and door repairs- Windows and doors replacement- Drainage- Scaffolding- Associated trade worksIt is intended that the contract will run for period of two years with the option for renewal, as decided by BMSDC, for an extension of up toa further one year, plus one year, plus one year, subject to satisfactory reviews based upon performance and quality of service and delivery.The maximum duration of the Contract is therefore five years. The contract value in this notice is therefore subject to review and is notguaranteed, as this is based upon the maximum term.

II.2.5) Award criteria

Quality criterion - Name: Technical Responses / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £2,250,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

It is intended that the Contract will commence in August 2025 and run for a period of two years with the option for renewal, as decided byBMSDC, for an extension of up to a further one year, plus one year, plus one year, subject to satisfactory reviews based upon performanceand quality of service and delivery. The maximum duration of the Contract is therefore five years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to Procurement documents.

III.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please refer to the full Procurement documents.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-027408

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

24 March 2025

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

24 March 2025

Local time

12:00pm

Place

online


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The indicative value of the Contract is based upon the maximum term. It is therefore subject to review and not guaranteed.The Client reserve the right to conclude this procurement at any time throughout the duration of the procurement process.Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of theclosing time to avoid any last minute problems.BMSDC is also tendering for a Consultancy Services. Whilst Tenderers are able to apply for both Contracts, Tenderers are advised to note that they will only be appointed to one Contract, should they be the highest placed Tenderer on both Contracts, as BMSDC believe there would be a conflict of interest in delivering both Contracts. As such, in the event that a Tenderer should elect to apply for both Contracts they are advised to state whether they would prefer to be awarded the Consultancy Services or Remedial Works Contract.

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Country

United Kingdom

Internet address