Section one: Contracting authority
one.1) Name and addresses
THE HAVEBURY HOUSING PARTNERSHIP
Havebury House, Western Way
BURY ST EDMUNDS
IP333SP
Contact
Havebury Procurement
Telephone
+44 1284722031
Country
United Kingdom
Region code
UKH14 - Suffolk
Companies House, England
RS007648
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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