Section one: Contracting authority
one.1) Name and addresses
Milton Keynes City Council
Civic 1 Saxon Gate East
Milton Keynes
MK9 3EJ
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.