Construction Contract Leads
East of England
Category Goods
Type
No. of Lots 1
Status Active
Published 21st Feb 2025
Reference | ocds-h6vhtk-04e635 |
Common Procurement Vocabulary | Scaffolding |
Procurement Method | Restricted procedure |
Value | £1,330,000 |
East of England
Category Goods
Type
No. of Lots 1
Status Active
Published 21st Feb 2025
Reference | ocds-h6vhtk-04e635 |
Common Procurement Vocabulary | Scaffolding |
Procurement Method | Restricted procedure |
Value | £1,330,000 |
Section I: Contracting authority
I.1) Name and addresses
THE HAVEBURY HOUSING PARTNERSHIP
Havebury House, Western Way
BURY ST EDMUNDS
IP333SP
Contact
Havebury Procurement
contracts [at] havebury.com
Telephone
+44 1284722031
Country
United Kingdom
NUTS code
UKH14 - Suffolk
Companies House
RS007648
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Other type
Registered Social Housing Provider
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
SUPPLY, DESIGN, ERECTION, HIRE & REMOVAL OF SCAFFOLDING CONTRACT [2025 - 2028]
Reference number
CON0368
II.1.2) Main CPV code
- 44212310 - Scaffolding
II.1.3) Type of contract
Supplies
II.1.4) Short description
Havebury seeks a professional company to carry out scaffolding erection, hire and removal to enable access to our properties (up to 4 storeys high) for various repair works.
The services will be required for planned and responsive works to residential dwellings in our operational area of within a 50-mile radius of Bury St Edmunds.
II.1.5) Estimated total value
Value excluding VAT: £1,330,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45262100 - Scaffolding work
- 45262110 - Scaffolding dismantling work
- 45262120 - Scaffolding erection work
II.2.3) Place of performance
NUTS codes
- UKH - East of England
Main site or place of performance
Area of operations are within a 50-mile radius of Bury St Edmunds, Suffolk.
II.2.4) Description of the procurement
Havebury intends to commission a three-year contract with the option to extend annually for up to a further 2 years (3 + 2 years) with a professional contractor for the supply and erection of scaffolding to enable access for routine property repairs as and when required.
Residential properties are up to 4 storeys high.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Cost criterion - Name: Price / Weighting: 60%
II.2.6) Estimated value
Value excluding VAT: £1,330,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
There is an opportunity for the contract to be extended annually for up to 2 further years.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
All interested companies must meet the minimum suitability and qualitative requirements in order to provide assurance that Havebury have companies operating professionally and are capable
of delivering the contract to the required standards.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.14) Additional information
If your organisation has previously supplied services to Havebury or participated in a tender through our e-Sourcing portal ('S2C'), you are likely to already have a user profile.
If you can't remember your login details, and to prevent possible duplicate records from being created for your organisation, please email us at contracts [at] havebury.com.
Please provide the following information so that we can check for existing accounts, or create a new one for you if necessary:
Your company's name
The names and email addresses of anyone in your organisation who needs a user account to access the tender event.
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
All staff working on the contract are to be suitably trained and qualified to operate to a professional standard.
Qualifications, certification or registration evidence will be requested in support of this.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
25 March 2025
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 April 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom