Flagship Housing Group is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Asbestos removal work 2021 |
Notice type: | Contract Notice |
Authority: | Flagship Housing Group |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | Flagship Group would like to appoint suppliers to deliver its entire asbestos removal strategy, this will include works to seal, repair, or remove asbestos containing material identified in asbestos surveys. The current housing stock consists of almost 33,000 properties that are owned and managed by Flagship Group, with approximately 21,000 that were constructed pre 2000. These are spread over a wide geographical area in East Anglia. The tender will be divided into two Lots. Bidders should note that 2 contracts are to be awarded to 2 different suppliers, 1 contract in respect of each of the 2 Lots. Bidders may submit tenders for more than one lot. The resulting contract will be for initial term of 2 years with potential to extend for further 2 years (a maximum contract term of 4 years). |
Published: | 24/11/2021 16:13 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Main Address: https://www.flagship-group.co.uk/
NUTS Code: UKH1
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Asbestos-removal-work./GH9653Z5M7
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Asbestos removal work 2021
Reference Number: Not provided
II.1.2) Main CPV Code:
45262660 - Asbestos-removal work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Flagship Group would like to appoint suppliers to deliver its entire asbestos removal strategy, this will include works to seal, repair, or remove asbestos containing material identified in asbestos surveys.
The current housing stock consists of almost 33,000 properties that are owned and managed by Flagship Group, with approximately 21,000 that were constructed pre 2000. These are spread over a wide geographical area in East Anglia.
The tender will be divided into two Lots. Bidders should note that 2 contracts are to be awarded to 2 different suppliers, 1 contract in respect of each of the 2 Lots. Bidders may submit tenders for more than one lot.
The resulting contract will be for initial term of 2 years with potential to extend for further 2 years (a maximum contract term of 4 years).
II.1.5) Estimated total value:
Value excluding VAT: 3,200,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Lot 1 - Domestic – Full Area Coverage
Lot No: 1
II.2.2) Additional CPV codes:
45262660 - Asbestos-removal work.
II.2.3) Place of performance:
UKH1 East Anglia
II.2.4) Description of procurement: This will include works in Void properties, Capital (planned) works and non-urgent repairs.
Capital works will typically include heating, bathroom and kitchen upgrades and rewires.
Loft and Roofline works will also be included in Lot 1.
Bag collections and hole drilling will also be included.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Total Bid Value / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
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: 1 renewal of 2 years.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/GH9653Z5M7
II.2) Description Lot No. 2
II.2.1) Title: Lot 2 - Communal and Reactive – Full Area Coverage
Lot No: 2
II.2.2) Additional CPV codes:
45262660 - Asbestos-removal work.
II.2.3) Place of performance:
UKH1 East Anglia
II.2.4) Description of procurement: This will include external areas to flats/blocks (including roofs); garages and hard standings (washing lines, play areas etc); communal lounges, kitchens, laundry rooms, corridors and stair wells, offices in communal areas (eg scheme managers), communal lofts; boiler houses and plant rooms.
Reactive works will include both non-licensed and licensed urgent works, and will also include overspill works from Lot 1.
Bag collections and hole drilling will also be included.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Total Bid Value / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
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: 1 renewal of 2 years.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/GH9653Z5M7
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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/12/2021 Time: 14:00
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 month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 30/12/2021
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Asbestos-removal-work./GH9653Z5M7
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GH9653Z5M7
VI.4) Procedures for review
VI.4.1) Review body:
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Internet address: https://www.flagship-group.co.uk/
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 24/11/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Main Address: https://www.flagship-group.co.uk/
NUTS Code: UKH1
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Asbestos removal work 2021
Reference number: Not Provided
II.1.2) Main CPV code:
45262660 - Asbestos-removal work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Flagship Group would like to appoint suppliers to deliver its entire asbestos removal strategy, this will include works to seal, repair, or remove asbestos containing material identified in asbestos surveys.
The current housing stock consists of almost 33,000 properties that are owned and managed by Flagship Group, with approximately 21,000 that were constructed pre 2000. These are spread over a wide geographical area in East Anglia.
The tender will be divided into two Lots. Bidders should note that 2 contracts are to be awarded to 2 different suppliers, 1 contract in respect of each of the 2 Lots. Bidders may submit tenders for more than one lot.
The resulting contract will be for initial term of 2 years with potential to extend for further 2 years (a maximum contract term of 4 years).
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,100,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Lot 1 - Domestic – Full Area Coverage
Lot No:1
II.2.2) Additional CPV code(s):
45262660 - Asbestos-removal work.
II.2.3) Place of performance
Nuts code:
UKH1 - East Anglia
Main site or place of performance:
East Anglia
II.2.4) Description of the procurement: This will include works in Void properties, Capital (planned) works and non-urgent repairs.
Capital works will typically include heating, bathroom and kitchen upgrades and rewires.
Loft and Roofline works will also be included in Lot 1.
Bag collections and hole drilling will also be included.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Total Bid Value / Weighting: 40
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/GH9653Z5M7
II.2) Description (lot no. 2)
II.2.1) Title:Lot 2 - Communal and Reactive – Full Area Coverage
Lot No:2
II.2.2) Additional CPV code(s):
45262660 - Asbestos-removal work.
II.2.3) Place of performance
Nuts code:
UKH1 - East Anglia
Main site or place of performance:
East Anglia
II.2.4) Description of the procurement: This will include external areas to flats/blocks (including roofs); garages and hard standings (washing lines, play areas etc); communal lounges, kitchens, laundry rooms, corridors and stair wells, offices in communal areas (eg scheme managers), communal lofts; boiler houses and plant rooms.
Reactive works will include both non-licensed and licensed urgent works, and will also include overspill works from Lot 1.
Bag collections and hole drilling will also be included.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Total Bid Value / Weighting: 40
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/GH9653Z5M7
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-029288
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 1
Lot Number: 1
Title: Domestic
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/03/2022
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Reactive Integrated Services, 03612538
Shobnall Road, Burton on Trent, DE14 2BB, United Kingdom
NUTS Code: UKG2
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 689,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: 2
Lot Number: 2
Title: Communal and Reactive
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 21/03/2022
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Asbestech Ltd, 3478062
Unit 3 The IO Centre, Hatfield, AL10 9EW, United Kingdom
NUTS Code: UKH23
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 410,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=679608620
VI.4) Procedures for review
VI.4.1) Review body
Flagship Housing Group
31 King Street, Norwich, NR1 1PD, United Kingdom
Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
Internet address: https://www.flagship-group.co.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 29/03/2022