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@baberghmidsuffolk.gov.uk
NUTS: UKH14
Internet address(es)
Main address: http://www.suffolksourcing.uk/
I.1) Name and addresses
Mid Suffolk District Council
Endeavour House, 8 Russell Road
Ipswich
IP1 2BX
UK
E-mail: Procurement@baberghmidsuffolk.gov.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:
http://www.suffolksourcing.uk/
Additional information can be obtained from another address:
Faithorn Farrell Timms
Orpington
UK
E-mail: procurement@effefftee.co.uk
NUTS: UKH14
Internet address(es)
Main address: https://www.effefftee.co.uk/
Tenders or requests to participate must be sent electronically to:
http://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
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
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
II.2.3) Place of performance
NUTS code:
UKH14
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
Criteria below:
Quality criterion: Technical Responses
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
2 250 000.00
GBP
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.2.9) 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
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 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 000-027408
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/03/2025
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:
24/03/2025
Local time: 12:00
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
UK
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
20/02/2025