Construction Tenders

Fri May 03 2024

Related Information

Construction Contract Leads

East of England

Category Services

Type

No. of Lots 1

Status Active

Published 23rd Apr 2024

Tender Details
Referenceocds-h6vhtk-04547b
Common Procurement VocabularySewage, refuse, cleaning and environmental services
Procurement MethodOpen procedure
Value£780,000
More Tenders »

East of England

Category Services

Type

No. of Lots 1

Status Active

Published 23rd Apr 2024

Tender Details
Referenceocds-h6vhtk-04547b
Common Procurement VocabularySewage, refuse, cleaning and environmental services
Procurement MethodOpen procedure
Value£780,000

Section I: Contracting authority

I.1) Name and addresses

THE HAVEBURY HOUSING PARTNERSHIP

Havebury House, Western Way

BURY ST EDMUNDS

IP333SP

Contact

Havebury Procurement

Email

contracts [at] havebury.com

Telephone

+44 1284722031

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Companies House, England

RS007648

Internet address(es)

Main address

https://www.havebury.com

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://havebury.wax-live.com/S2C/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx?

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://havebury.wax-live.com/S2C/SignIn.aspx

I.4) Type of the contracting authority

Other type

Registered Social Housing Provider

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Void Property Clearance & Cleansing Services Contract

Reference number

CON0366

II.1.2) Main CPV code

  • 90000000 - Sewage, refuse, cleaning and environmental services

II.1.3) Type of contract

Services

II.1.4) Short description

Havebury has over 7,500 properties and has the responsibility to undertake clearance and cleansing of void properties (including garages, gardens and sheltered rooms) across its operational area of a 50-mile radius of Bury St Edmunds.

Some of this work is undertaken in-house but there is a requirement for the services of a specialist clearance and cleansing provider due to increased demand and/or the nature of waste type left at the property, including specialist waste removal e.g. human waste, needles, or the high degree of cleaning required to be undertaken before the property can be re-let.

II.1.5) Estimated total value

Value excluding VAT: £780,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90910000 - Cleaning services

II.2.3) Place of performance

NUTS codes
  • UKH - East of England
Main site or place of performance

Area of operations are within a 50-mile radius of Bury St Edmunds

II.2.4) Description of the procurement

Services of a void property clearance and cleansing company

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £780,000

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

The contract may be extended annually for up to a further two years.

(3 + 2 years)

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No


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

All staff working on the contract are to be suitably trained and qualified to operate to a professional standard.

Qualifications or certification may be requested in support of this.

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.2.3) 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 the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

22 May 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

23 May 2024

Local time

2:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom