Opportunity

Fire Risk Assessment Remedial Works

  • Flagship Housing Group

F02: Contract notice

Notice reference: 2024/S 000-006731

Published 1 March 2024, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

Flagship Housing Group

31 King Street

Norwich

NR1 1PD

Email

procurement@flagship-group.co.uk

Telephone

+44 8081684555

Country

United Kingdom

NUTS code

UKH1 - East Anglia

Internet address(es)

Main address

https://www.flagship-group.co.uk/

one.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:-Fire-prevention-installation-works./KRXQ28Q9CP

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned 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 Risk Assessment Remedial Works

two.1.2) Main CPV code

  • 45343000 - Fire-prevention installation works

two.1.3) Type of contract

Works

two.1.4) Short description

​Flagship Group is looking to appoint a contractor to deliver fire risk assessment remedial works at domestic properties. The core elements of the works are listed below and in Appendix B – Pricing Schedule. The requirement is split into two geographical lots – North and South. The Bidders can bid for both or either of the lots.

two.1.5) Estimated total value

Value excluding VAT: £5,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

North

Lot No

1

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works
  • 51700000 - Installation services of fire protection equipment
  • 44480000 - Miscellaneous fire-protection equipment

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

East Anglia

two.2.4) Description of the procurement

Fire risk assessment remedial works in the North area of Flagship Housing Group's portfolio of properties.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: Total Bid Value / Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.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

Extension of 12 months up to three times at Flagship Group's discretion. The total value given above is for the total maximum contract term of five years.

two.2.10) Information about variants

Variants will be accepted: Yes

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

two.2.14) Additional information

To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/KRXQ28Q9CP

two.2) Description

two.2.1) Title

South

Lot No

2

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works
  • 44480000 - Miscellaneous fire-protection equipment

two.2.3) Place of performance

NUTS codes
  • UKH1 - East Anglia
Main site or place of performance

East Anglia

two.2.4) Description of the procurement

Fire risk assessment remedial works in the South area of Flagship Housing Group's portfolio of properties.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Cost criterion - Name: Total Bid Value / Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £2,500,000

two.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

Extension of 12 months up to three times at Flagship Group's discretion. The total value given above is for the total maximum contract term of five years.

two.2.10) Information about variants

Variants will be accepted: Yes

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

two.2.14) Additional information

To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/P63NT9ZVKB

If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


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: No

four.2) Administrative information

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

Date

9 April 2024

Local time

2:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 April 2024

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 5 years

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

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:-Fire-prevention-installation-works./KRXQ28Q9CP" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-Norwich:-Fire-prevention-installation-works./KRXQ28Q9CP

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/KRXQ28Q9CP" target="_blank">https://www.delta-esourcing.com/respond/KRXQ28Q9CP

GO Reference: GO-202431-PRO-25389076

six.4) Procedures for review

six.4.1) Review body

Flagship Housing Group

31 King Street

Norwich

NR1 1PD

Email

procurement@flagship-group.co.uk

Telephone

+44 8081684555

Country

United Kingdom

Internet address

https://www.flagship-group.co.uk/