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: www.suffolksourcing.uk
I.1) Name and addresses
Mid Suffolk District Council
Endeavour House, 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
BR6 0JA
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 Consultancy Services Contract for Babergh District Council and Mid Suffolk District Council
Reference number: 577-PR-10327
II.1.2) Main CPV code
71355000
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 Damp andMould Consultancy Services Contract. The estimated annual contract value is circa GBP150000.00 to GBP250000.00.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.1.5) Estimated total value
Value excluding VAT:
1 250 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71315300
71355000
79311000
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 (BMSDC) are looking to jointly procure a Consultant for the delivery of theirDamp and Mould Consultancy Services Contract.The estimated annual contract value is circa GBP150000.00 to GBP250000.00. These figures do not take into account annual indexationconsiderations or VAT.The services required by the contract include, but are not restricted to- Damp Surveys covering Damp, Mould and Condensation- Identification of level of HHSRS hazard- Hazard identification and report to be issued within prescribed timescales in accordance with Awaab’s Law.- Responsible for the issue of report to remedial contractor including the specification of works using NHF SOR and to include designatedtimescales for works to be completed.- Completion of a report to include a resident questionnaire and to provide guidance to the customer on best practice to preventcondensation.It is intended that the contract will run for a period of two years with the option for renewal, as decided by BMSDC, for an extension of upto a further one year, plus one year and another further one year, subject to satisfactory reviews. The maximum duration of the contract istherefore five years. The contract value in this notice is therefore subject to review and is not guaranteed, as this is based upon themaximum term.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical Response
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
1 250 000.00
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:
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 000-027408
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 reserves 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 Remedial Works. 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
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