Contract

Fire Risk Assessment Rectifications

  • Housing Solutions Ltd

F03: Contract award notice

Notice identifier: 2024/S 000-017392

Procurement identifier (OCID): ocds-h6vhtk-037841

Published 5 June 2024, 11:54am



Section one: Contracting authority

one.1) Name and addresses

Housing Solutions Ltd

Crown House, Crown Square , Waldeck Road

Berkshire

SL6 8BY

Contact

Jon Richardson

Email

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

Email

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