Tender

HRA Fire Risk Assessments

  • Milton Keynes City Council

F02: Contract notice

Notice identifier: 2025/S 000-000841

Procurement identifier (OCID): ocds-h6vhtk-04cf10

Published 10 January 2025, 12:22pm



Section one: Contracting authority

one.1) Name and addresses

Milton Keynes City Council

Civic 1 Saxon Gate East

Milton Keynes

MK9 3EJ

Email

corporateprocurement@milton-keynes.gov.uk

Telephone

+44 1908691691

Country

United Kingdom

NUTS code

UKJ12 - Milton Keynes

Internet address(es)

Main address

https://in-tendhost.co.uk/milton-keynes/aspx/Home

Buyer's address

https://www.milton-keynes.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/milton-keynes/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/milton-keynes/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned 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

https://in-tendhost.co.uk/milton-keynes/aspx/Home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HRA Fire Risk Assessments

Reference number

2024-091C

two.1.2) Main CPV code

  • 71631300 - Technical building-inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

Milton Keynes City Council are currently out to tender for the provision of a compliance supplier directly for our housing stock for: -A Fire Risk Assessment for Blocks (containing flats and maisonettes) communal areas.B On-going fire risk consultancy, advice, guidance and support, as and when required. MKCC are looking for a partnered approach with our provider to ensure we remain compliant and to support us as and when required with queries and liaison with the Regulator for Social Housing, Bucks, Fire Services and the Health and Safety Executive. Consultancy will be on an ad hoc basis as and when required and an indicative time allocation is provided in the pricing document. Consultancy will encompass of all aspects of fire risk and safety, and will not be restricted to fire risk assessments.C Ad hoc fire door surveys .D Ad hoc fire compartmentation surveys.The contract will be for an initial period of 2 years with an option to extend for a further 1 year period.

two.1.5) Estimated total value

Value excluding VAT: £608,500

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71350000 - Engineering-related scientific and technical services
  • 71315400 - Building-inspection services
  • 71317100 - Fire and explosion protection and control consultancy services
  • 71315200 - Building consultancy services
  • 75251110 - Fire-prevention services
  • 71251000 - Architectural and building-surveying services
  • 71315210 - Building services consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ12 - Milton Keynes

two.2.4) Description of the procurement

As stated within the Tender Documents.

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: £608,500

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 will be an option to extend for an additional 12 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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

As stated within the Tender documents.

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.2.2) Contract performance conditions

As stated within the Tender documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

14 February 2025

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

14 February 2025

Local time

12:00pm

Place

Milton Keynes


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2028

six.4) Procedures for review

six.4.1) Review body

High Court Royal Court of Justice

London

WC24 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. Applicants may seek further clarification from the Contracting Authority following receipt of this information and the Contracting Authority will provide further clarification as appropriate. If any clarification regarding the award of the Contract has not been successfully resolved, an Applicant can consider its option under the Public Contracts Regulations 2015. Applicants would need to obtain their own legal advice.