Section one: Contracting authority
one.1) Name and addresses
London Borough of Brent
Brent Civic Centre
Wembley
HA9 0FJ
Contact
Mr Philip Gardener
Telephone
+44 0
Country
United Kingdom
Region code
UKI72 - Brent
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=7ee384b4-921d-ef11-812b-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Fire Risk Assessments and Fire Safety Advice
Reference number
DN725923
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Brent is seeking a qualified and experienced supplier to provide Type-1, 2, 3 and Type 4 Fire Risk Assessments to all residential Purpose Built Blocks of Flats, General Needs Street Properties that have been converted to Individual Flats and Houses of Multiple Occupancy (HMOs).
The Fire Risk Assessments undertaken should be in accordance with the requirements set out in the Regulatory Reform Fire Safety Order (2005) with amendments.
The Council is offering a 5 year contract with two optional extension periods of 3+2 years, so potentially 10 years in total.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI72 - Brent
two.2.4) Description of the procurement
The London Borough of Brent is seeking a qualified and experienced supplier to provide Type-1, 2, 3 and Type 4 Fire Risk Assessments to all residential Purpose Built Blocks of Flats, General Needs Street Properties that have been converted to Individual Flats and Houses of Multiple Occupancy (HMOs).
The Fire Risk Assessments undertaken should be in accordance with the requirements set out in the Regulatory Reform Fire Safety Order (2005) with amendments.
The Council is offering a 5 year contract with two optional extension periods of 3+2 years, so potentially 10 years in total.
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: £4,725,000
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
The Council is offering a 5 year contract with two optional extension periods of 3+2 years, so potentially 10 years in total.
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
A shortlist of the 8 highest scoring suppliers at SQ stage will be drawn up and invited to tender.
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
28 June 2024
Local time
12:00pm
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: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales - Royal Court of Justice
London
WC2A 2LL
Country
United Kingdom