Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0495f2
Published by:
Babergh District Council
Authority ID:
AA81062
Publication date:
12 March 2025
Deadline date:
24 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45453100 Refurbishment work Overhaul and refurbishment work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@baberghmidsuffolk.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.