Flagship Housing Group: Asbestos removal work 2021

  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

UK-Norwich: Asbestos-removal work.
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

UK-Norwich: Asbestos-removal work.

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