Tender

ASBESTOS - COLLECTION, ENCAPSULATION, REMOVAL & DISPOSAL OF ASBESTOS-CONTAINING MATERIALS (2025-2028)

  • THE HAVEBURY HOUSING PARTNERSHIP

F02: Contract notice

Notice identifier: 2024/S 000-027430

Procurement identifier (OCID): ocds-h6vhtk-0495fc

Published 28 August 2024, 1:20pm



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, England

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

ASBESTOS - COLLECTION, ENCAPSULATION, REMOVAL & DISPOSAL OF ASBESTOS-CONTAINING MATERIALS (2025-2028)

Reference number

CON0361

two.1.2) Main CPV code

  • 90650000 - Asbestos removal services

two.1.3) Type of contract

Services

two.1.4) Short description

Collection and disposal of asbestos containing materials to be carried out in residential dwellings and communal areas within a 50-mile radius of Bury St Edmunds.

The services are of a responsive and planned nature. Services may also require emergency call outs.

Asbestos-containing materials are to be removed under controlled conditions in accordance with all current legislation and H&S guidelines, with details of all consignments provided as per contract requirements.

Following asbestos removal some reinstatement works will be required as per the specification.

two.1.5) Estimated total value

Value excluding VAT: £1,064,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45262660 - Asbestos-removal 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

Services required for the safe treatment/removal and disposal of asbestos from properties in accordance with legal and regulatory compliance.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £1,064,000

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

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

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

Maximum number: 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 we have companies operating professionally and are capable of delivering the contract to 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 may 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

23 September 2024

Local time

12:00pm

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

9 October 2024

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