Award

Passive Fire Safety Works

  • Southampton City Council

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-007472

Procurement identifier (OCID): ocds-h6vhtk-04e882 (view related notices)

Published 28 February 2025, 9:24am



Section one: Contracting authority/entity

one.1) Name and addresses

Southampton City Council

Southampton

Email

procurement@southampton.gov.uk

Country

United Kingdom

Region code

UKJ32 - Southampton

Internet address(es)

Main address

https://www.southampton.gov.uk/

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

Passive Fire Safety Works

Reference number

DN2764

two.1.2) Main CPV code

  • 51700000 - Installation services of fire protection equipment

two.1.3) Type of contract

Services

two.1.4) Short description

SSouthampton City Council (the Authority) intends to award a contract to CLC Contractors Limited via direct award through the Procurement for Housing Fire Safety Works Framework – Lot 7 – Whole House Building Works.

The above framework allows the Authority to complete a call of to the provider on the basis that CLC Contractors Limited are a ranked provider with national coverage and a direct award is permitted on the basis of continuation of service. This route to market has been reviewed and approved by the framework owner. The incumbent provider has a detailed knowledge of our property portfolio and the systems and processes in place to facilitate a smooth transition of services to this new direct award call-off contract. A compliantly awarded contract to our incumbent provider gives us significant added value through agreed contractual terms and benefits from the economies of scale offered via the framework, along with reassurance that the recently awarded framework has tested the market and our incumbent provider continues to be competitive.

The proposed duration of this call of contract is 3 years +1+1 at the sole discretion of the Authority and has a proposed value across the entire potential length of the contract of approximately £15,000,000.

Accordingly, the Authority considers that public procurement law permits the award of a contract without prior publication of a contract notice to be permissible on the grounds of regulation 99(3) of the public contracts regulations 2015.

By issuing this VEAT notice the Authority intends to commence the standstill period which will expire at midnight on 10th March 2025.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £15,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 44480000 - Miscellaneous fire-protection equipment
  • 45343000 - Fire-prevention installation works
  • 44221220 - Fire doors
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKJ32 - Southampton

two.2.4) Description of the procurement

Southampton City Council (the Authority) intends to award a contract to CLC Contractors Limited via direct award through the Procurement for Housing Fire Safety Works Framework – Lot 7 – Whole House Building Works.

The above framework allows the Authority to complete a call of to the provider on the basis that CLC Contractors Limited are a ranked provider with national coverage and a direct award is permitted on the basis of continuation of service. This route to market has been reviewed and approved by the framework owner. The incumbent provider has a detailed knowledge of our property portfolio and the systems and processes in place to facilitate a smooth transition of services to this new direct award call-off contract. A compliantly awarded contract to our incumbent provider gives us significant added value through agreed contractual terms and benefits from the economies of scale offered via the framework, along with reassurance that the recently awarded framework has tested the market and our incumbent provider continues to be competitive.

The proposed duration of this call of contract is 3 years +1+1 at the sole discretion of the Authority and has a proposed value across the entire potential length of the contract of approximately £15,000,000.

Accordingly, the Authority considers that public procurement law permits the award of a contract without prior publication of a contract notice to be permissible on the grounds of regulation 99(3) of the public contracts regulations 2015.

By issuing this VEAT notice the Authority intends to commence the standstill period which will expire at midnight on 10th March 2025.

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

Southampton City Council (the Authority) intends to award a contract to CLC Contractors Limited via direct award through the Procurement for Housing Fire Safety Works Framework – Lot 7 – Whole House Building Works.

The above framework allows the Authority to complete a call of to the provider on the basis that CLC Contractors Limited are a ranked provider with national coverage and a direct award is permitted on the basis of continuation of service. This route to market has been reviewed and approved by the framework owner. The incumbent provider has a detailed knowledge of our property portfolio and the systems and processes in place to facilitate a smooth transition of services to this new direct award call-off contract. A compliantly awarded contract to our incumbent provider gives us significant added value through agreed contractual terms and benefits from the economies of scale offered via the framework, along with reassurance that the recently awarded framework has tested the market and our incumbent provider continues to be competitive.

The proposed duration of this call of contract is 3 years +1+1 at the sole discretion of the Authority and has a proposed value across the entire potential length of the contract of approximately £15,000,000.

Accordingly, the Authority considers that public procurement law permits the award of a contract without prior publication of a contract notice to be permissible on the grounds of regulation 99(3) of the public contracts regulations 2015.

By issuing this VEAT notice the Authority intends to commence the standstill period which will expire at midnight on 10th March 2025.

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

The procurement is covered by the Government Procurement Agreement: No


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

26 February 2025

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

CLC Contractors Limited

Unit 2 Northbrook Industrial Estate, Vincent Avenue

Southampton

SO16 6PB

Country

United Kingdom

NUTS code
  • UKJ32 - Southampton
The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £15,000,000


Section six. Complementary information

six.3) Additional information

Southampton City Council (the Authority) intends to award a contract to CLC Contractors Limited via direct award through the Procurement for Housing Fire Safety Works Framework – Lot 7 – Whole House Building Works.

The above framework allows the Authority to complete a call of to the provider on the basis that CLC Contractors Limited are a ranked provider with national coverage and a direct award is permitted on the basis of continuation of service. This route to market has been reviewed and approved by the framework owner. The incumbent provider has a detailed knowledge of our property portfolio and the systems and processes in place to facilitate a smooth transition of services to this new direct award call-off contract. A compliantly awarded contract to our incumbent provider gives us significant added value through agreed contractual terms and benefits from the economies of scale offered via the framework, along with reassurance that the recently awarded framework has tested the market and our incumbent provider continues to be competitive.

The proposed duration of this call of contract is 3 years +1+1 at the sole discretion of the Authority and has a proposed value across the entire potential length of the contract of approximately £15,000,000.

Accordingly, the Authority considers that public procurement law permits the award of a contract without prior publication of a contract notice to be permissible on the grounds of regulation 99(3) of the public contracts regulations 2015.

By issuing this VEAT notice the Authority intends to commence the standstill period which will expire at midnight on 10th March 2025.

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom