Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Babergh District Council
Endeavour House, 8 Russell Road
Ipswich
IP1 2BX
UK
E-mail: procurement@effefftee.co.uk
NUTS: UKH14
Internet address(es)
Main address: https://www.suffolksourcing.uk
I.1) Name and addresses
Mid Suffolk District Council
Endeavour House, 8 Russell Road
Ipswich
UK
E-mail: procurement@effefftee.co.uk
NUTS: UKH14
Internet address(es)
Main address: https://www.midsuffolk.gov.uk
I.2) 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:
https://www.suffolksourcing.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.suffolksourcing.uk
Tenders or requests to participate must be sent to the abovementioned 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
Void Refurbishment Contract for Babergh District Council and Mid Suffolk District Council
Reference number: PR-10178 / 537
II.1.2) Main CPV code
45453100
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 a Contractor for the delivery of their Void Refurbishment Contract. The estimated annual contract value is circa GBP2,000,000.00
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50000000
50700000
II.2.3) Place of performance
NUTS code:
UKH14
Main site or place of performance:
II.2.4) Description of the procurement
Babergh District Council and Mid Suffolk District Council (BMSDC) are looking to jointly procure a Contractor for the delivery of their Void Refurbishment Contract. The estimated annual contract value is circa GDP2,000,000.00. This figure does not take into account annual indexation considerations or VAT. It is intended that the contract will run for a period of three years with the option for renewal, as decided by BMSDC , for an extension of up to a further two years, subject to satisfactory reviews. The maximum duration of the contract is five years. The contract value in this notice is subject to review and is not guaranteed, as this is based on the maximum term.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical including Social Value / Weighting : 60
/ Weighting: 60
Cost criterion: Price / Weighting : 40
/ Weighting: 40
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:
It is intended that the contract will run for a period of three years with the option for renewal, as decided by BMSDC, for an extension of up to a further two years, subject to satisfactory reviews. The maximum duration of the contract is therefore five years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based on the maximum term.
II.2.9) Information about the limits on the number of candidates to be invited
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
II.2.14) Additional information
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:
Plese refer to Procurement documents
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.2.2) Contract performance conditions
Please refer to the full Procur.ement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/09/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
02/09/2024
Local time: 12:00
Place:
Local time - 12 noon
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 on the maximum term. It is therefore subject to review and not guaranteed. The Client BMSDC reserve the right to conclude this procurement at any time throughout the duration of the procurement process. Suppliers are advised to allow adequate time to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Court of Justice, Strand
London
WC1A 2LL
UK
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts, Strand
London
WC1A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015.
VI.5) Date of dispatch of this notice
02/08/2024