Section one: Contracting authority
one.1) Name and addresses
Golding Homes
County Gate One, Staceys Street
Maidstone
ME14 1ST
Telephone
+44 3007772600
Country
United Kingdom
NUTS code
UKJ - SOUTH EAST (ENGLAND)
Internet address(es)
Main address
https://www.goldinghomes.org.uk
Buyer's address
https://www.goldinghomes.org.uk
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.surveymonkey.co.uk/r/XPVFQW9
Additional information can be obtained from another address:
https://www.surveymonkey.co.uk/r/XPVFQW9
https://www.surveymonkey.co.uk/r/XPVFQW9
https://www.surveymonkey.co.uk/r/XPVFQW9
ME14 1ST
Country
United Kingdom
NUTS code
UKJ - SOUTH EAST (ENGLAND)
Internet address(es)
Main address
http://www.goldinghomes.org.uk
Tenders or requests to participate must be submitted to the following address:
Golding Homes
County Gate One, Staceys Street
Maidstone
ME14 1ST
Country
United Kingdom
NUTS code
UKJ - SOUTH EAST (ENGLAND)
Internet address(es)
Main address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fire Safety Works - Market Engagement Activities
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Golding Homes are responsible to ensure buildings and surrounding areas are safe and comply with all current legislation and good practice recommendations. This includes firefighting equipment and entrance and communal doors and frames. The proposed works may include upgrades, replacement or additional firefighting equipment and/or fire doors and frames. This is a market engagement activity.
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44221220 - Fire doors
- 44480000 - Miscellaneous fire-protection equipment
- 45312100 - Fire-alarm system installation work
- 45343000 - Fire-prevention installation works
- 45343100 - Fireproofing work
- 45343200 - Firefighting equipment installation work
- 45343220 - Fire-extinguishers installation work
- 51700000 - Installation services of fire protection equipment
- 45421110 - Installation of door and window frames
- 45421131 - Installation of doors
two.2.3) Place of performance
NUTS codes
- UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance
SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
We intend to enter into a long-term agreement with a contractor to carry out any remedial works arising from the FRA’s.
This is a contract which is envisaged to be a long term partnership with Golding Homes with a 5 year + 2 year extension based on performance.
This notice relates to a market engagement, full detail and requests to participate here:-
https://www.surveymonkey.co.uk/r/XPVFQW9
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: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
It is anticipated that this contract will be extended to a maximum length of 7 years based on excellent performance. All detail will be set out in the tender documentation.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please note, this is a market engagement request, not a request to currently participate in procurement activity.
To attend meet the buyer session, please complete this form:-
https://www.surveymonkey.co.uk/r/XPVFQW9
two.3) Estimated date of publication of contract notice
26 March 2021
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
Set out in tender documentation on release
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
These will be set out within the tender documentation
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.5) Scheduled date for start of award procedures
3 May 2021
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please note, this is a market engagement request, not a request to currently participate in procurement activity. However, this notice also allows Golding Homes to reserve the right to shorten the tender timescale to allow for commencement of works during summer months.
https://www.surveymonkey.co.uk/r/XPVFQW9
On completion of the survey, you will later receive an invitation to the meet the buyer session which is scheduled to take place on 19th February 2021.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=568422393
GO Reference: GO-202128-PRO-17761223
six.4) Procedures for review
six.4.1) Review body
Golding Homes
County Gate One, Staceys Street
Maidstone
ME14 1ST
procurement@goldinghomes.org.uk
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Centre for effective dispute resolution (CEDR)
70 Fleet Street
London
EC4Y 1EU
Telephone
+44 2075366000
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom