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: www.suffolksourcing.uk
I.1) Name and addresses
Mid Suffolk District Council
Endeavour House
Ipswich
IP1 2BX
UK
E-mail: procurement@baberghmidsuffolk.gov.uk
NUTS: UKH14
Internet address(es)
Main address: https://www.babergh.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:
www.suffolksourcing.uk
Additional information can be obtained from another address:
Faithorn Farrell Timms
Orpington
BR6 0JA
UK
E-mail: procurement@effefftee.co.uk
NUTS: UK
Internet address(es)
Main address: www.effefftee.co.uk
Tenders or requests to participate must be sent electronically to:
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
Asbestos Surveys and Consultancy Services Contract for Babergh District Council and Mid Suffolk District Council
Reference number: 575-PR10362
II.1.2) Main CPV code
90650000
II.1.3) Type of contract
Services
II.1.4) Short description
Babergh District Council and Mid Suffolk District Council are looking to jointly procure a Consultant for the delivery of their AsbestosSurveys and Consultancy Services Contract.The estimated annual contract value is circa GBP180000.00 to GBP200000.00.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90650000
71315300
79311000
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 Consultant for the delivery of theirAsbestos Surveys and Consultancy Services Contract.The estimated annual contract value is circa GBP180000.00 to GBP200000.00. These figures do not take into account annual indexationconsiderations or VAT.The services required by the contract include, but are not restricted to- Air Testing- Surveys- Sample Identification- Prepare Planned Works Specifications- Surveys and Services relevant to both Domestic and Commercial propertiesIt 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 ofup to a further one year and another further one year, subject to satisfactory reviews. The maximum duration of the contract is thereforefive years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the maximum term.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Responses/Weighting
/ Weighting: 45
Cost criterion: Price/Weighting
/ Weighting: 55
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 up to a furtherone year, and then a further one year, subject to satisfactory reviews. The maximum duration of the contract is therefore five years. Thecontract value in this notice is therefore subject to review and is not guaranteed, as this is based upon the max 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:
Please 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.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Please refer to the Procurement documents.
III.2.2) Contract performance conditions
Please refer to the 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 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 in the OJ S:
2024/S 000-034586
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
10/03/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
10/03/2025
Local time: 12:00
Place:
12 noon local time
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.
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
London
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remi
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
06/02/2025