Section one: Contracting authority
one.1) Name and addresses
Housing Solutions Ltd
Crown House, Crown Square , Waldeck Road
Berkshire
SL6 8BY
Contact
Jon Richardson
jon.richardson@housingsolutions.co.uk
Telephone
+44 7486325064
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
Internet address(es)
Main address
https://www.housingsolutions.co.uk/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43134
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Other type
Housing Association
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fire Risk Assessment Rectifications
two.1.2) Main CPV code
- 75251110 - Fire-prevention services
two.1.3) Type of contract
Services
two.1.4) Short description
Housing Solutions are carrying out an ongoing programme of fire risk assessments via a dedicated surveying partner. To date, contractors have been engaged on an ad-hoc basis to deliver rectification works required by these surveys on a job-by-job basis.
Owing to the volume of works identified to date, and the expectation that the ongoing surveying programme will continue to identify works for completion in the future, Housing Solutions is seeking to appoint up to three suitably skilled and experienced fire safety contractors to deliver fire safety works and associated services as identified by the fire risk assessment programme. These contractors will act as an extension to the Housing Solutions team, delivering through the contract and working with Housing Solutions on a partnership basis.
Housing Solutions intend to appoint individual works to any appointed contractors on a round robin basis, to ensure equal and fair treatment for each contractor. Housing Solutions anticipates that FRA rectification jobs will be grouped into batches of 5 for the contractors. The aim of this approach is to not only ensure each contractor receives an equal share of the work, but to also ensure that all works are delivered on time and in full, and that Housing Solutions’ contractors are not overloaded with work.
Housing Solutions will be contracting via the JCT MTC (2016) form for the overall contract, but Housing Solutions also intends to establish a works agreement with each appointed contractor.
The contract will be for an initial term of five years (60 months), with options to extend by two separate one year (12 months) periods subject to performance and agreement, for a maximum contract term of seven years (84 months). It was initially estimated that the total contract sum for all services would be GBP8,022,000 (GBP1,146,000 ex VAT annually). This estimate was however revised during the procurement exercise to GBP3,612,000 (GBP516,000 ex VAT annually).
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: £3,612,000
two.2) Description
two.2.2) Additional CPV code(s)
- 75251110 - Fire-prevention services
- 45343100 - Fireproofing work
- 45343000 - Fire-prevention installation works
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
Main site or place of performance
Berkshire, Hampshire, Windsor & Maidenhead
two.2.4) Description of the procurement
Housing Solutions are carrying out an ongoing programme of fire risk assessments via a dedicated surveying partner. To date, contractors have been engaged on an ad-hoc basis to deliver rectification works required by these surveys on a job-by-job basis.
Owing to the volume of works identified to date, and the expectation that the ongoing surveying programme will continue to identify works for completion in the future, Housing Solutions is seeking to appoint up to three suitably skilled and experienced fire safety contractors to deliver fire safety works and associated services as identified by the fire risk assessment programme. These contractors will act as an extension to the Housing Solutions team, delivering through the contract and working with Housing Solutions on a partnership basis.
Housing Solutions intend to appoint individual works to any appointed contractors on a round robin basis, to ensure equal and fair treatment for each contractor. Housing Solutions anticipates that FRA rectification jobs will be grouped into batches of 5 for the contractors. The aim of this approach is to not only ensure each contractor receives an equal share of the work, but to also ensure that all works are delivered on time and in full, and that Housing Solutions’ contractors are not overloaded with work.
Housing Solutions will be contracting via the JCT MTC (2016) form for the overall contract, but Housing Solutions also intends to establish a works agreement with each appointed contractor.
The contract will be for an initial term of five years (60 months), with options to extend by two separate one year (12 months) periods subject to performance and agreement, for a maximum contract term of seven years (84 months). It was initially estimated that the total contract sum for all services would be GBP8,022,000 (GBP1,146,000 ex VAT annually). This estimate was however revised during the procurement exercise to GBP3,612,000 (GBP516,000 ex VAT annually).
two.2.5) Award criteria
Quality criterion - Name: Experience / Weighting: 7.5
Quality criterion - Name: Infrastructure / Weighting: 7.5
Quality criterion - Name: Capacity & Responsive Capability / Weighting: 7.5
Quality criterion - Name: Labour Model / Weighting: 7.5
Quality criterion - Name: Quality Assurance / Weighting: 5
Quality criterion - Name: Appointment Setting & Access Management / Weighting: 4
Quality criterion - Name: Certification & IT / Weighting: 5
Quality criterion - Name: Contract Management, KPIs & MI / Weighting: 6
Quality criterion - Name: Partnering & Social Value / Weighting: 4
Quality criterion - Name: Supply Chain Management / Weighting: 6
Price - Weighting: 40
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
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-031333
Section five. Award of contract
Contract No
148276104 / 160594004
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 May 2023
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Trail Group Ltd
Unit C White Oak Technology Centre, London Road
Swanley
BR8 7AG
Telephone
+44 1322370711
Country
United Kingdom
NUTS code
- UKJ4 - Kent
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Sureserve Fire and Electrical Ltd (Formally Allied Protection)
Unit 2, Regent Business Centre, Jubilee Road
Burgess Hill
BN6 8BA
Telephone
+44 1708758838
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £3,612,000
Total value of the contract/lot: £3,612,000
Section six. Complementary information
six.3) Additional information
FRA Remedials contract was awarded to two suppliers.
Contract value initially estimated at GBP8,022,000 (ex VAT) but revised down to GBP3,612,000 (EX vat) throughout procurement process - estimated value divided between the two successful bidders (GBP1,806,000 each).
(MT Ref:229183)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit