Tender

SUPPLY, DESIGN, ERECTION, HIRE & REMOVAL OF SCAFFOLDING CONTRACT [2025 - 2028]

  • THE HAVEBURY HOUSING PARTNERSHIP

F02: Contract notice

Notice identifier: 2025/S 000-006644

Procurement identifier (OCID): ocds-h6vhtk-04e635

Published 21 February 2025, 11:54am



Section one: Contracting authority

one.1) Name and addresses

THE HAVEBURY HOUSING PARTNERSHIP

Havebury House, Western Way

BURY ST EDMUNDS

IP333SP

Contact

Havebury Procurement

Email

contracts@havebury.com

Telephone

+44 1284722031

Country

United Kingdom

Region code

UKH14 - Suffolk

Companies House

RS007648

Internet address(es)

Main address

https://www.havebury.com

one.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

one.4) Type of the contracting authority

Other type

Registered Social Housing Provider

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SUPPLY, DESIGN, ERECTION, HIRE & REMOVAL OF SCAFFOLDING CONTRACT [2025 - 2028]

Reference number

CON0368

two.1.2) Main CPV code

  • 44212310 - Scaffolding

two.1.3) Type of contract

Supplies

two.1.4) Short description

Havebury seeks a professional company to carry out scaffolding erection, hire and removal to enable access to our properties (up to 4 storeys high) for various repair works.

The services will be required for planned and responsive works to residential dwellings in our operational area of within a 50-mile radius of Bury St Edmunds.

two.1.5) Estimated total value

Value excluding VAT: £1,330,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45262100 - Scaffolding work
  • 45262110 - Scaffolding dismantling work
  • 45262120 - Scaffolding erection work

two.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, Suffolk.

two.2.4) Description of the procurement

Havebury intends to commission a three-year contract with the option to extend annually for up to a further 2 years (3 + 2 years) with a professional contractor for the supply and erection of scaffolding to enable access for routine property repairs as and when required.

Residential properties are up to 4 storeys high.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Cost criterion - Name: Price / Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £1,330,000

two.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

There is an opportunity for the contract to be extended annually for up to 2 further years.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

All interested companies must meet the minimum suitability and qualitative requirements in order to provide assurance that Havebury have companies operating professionally and are capable

of delivering the contract to the required standards.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

If your organisation has previously supplied services to Havebury or participated in a tender through our e-Sourcing portal ('S2C'), you are likely to already have a user profile.

If you can't remember your login details, and to prevent possible duplicate records from being created for your organisation, please email us at contracts@havebury.com.

Please provide the following information so that we can check for existing accounts, or create a new one for you if necessary:

Your company's name

The names and email addresses of anyone in your organisation who needs a user account to access the tender event.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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, certification or registration evidence will be requested in support of this.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

25 March 2025

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

22 April 2025

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

English

four.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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom