Scope
Reference
FD2025
Description
Scope and Delivery of Work:
Mixed procurement (Goods/Works) focused on the supply and installation of fire door sets across our estate over a 3-4yr period. The successful tenderer will be expected to supply and install approximately 250 fire doors per annum inline with the Specification provided. We assume you will engage a Resident Liaison Officer (RLO) and will liaise directly with the residents regarding, surveys, installation dates, general updates, correspondents, access arrangements and any issues that arise before, during and after the works.
Programme scale and duration:
We intend appointing for an initial contract period of 3 years with the option to extend for a further 12 months. We operate a two year budget but estimate our 2026-27 - 2028-29 budget will be up to £1.8m for fire door replacements and we expect to maintain similar budgets in future years. Therefore we estimate the max term spend to be up to £2.5m.
Geographical distribution:
Housing Solutions was originally formed from transferred Local Authority homes in Maidenhead. These still form the majority of our homes (at least 70%), although there are post-1995 developments in Reading, High Wycombe, Slough, Bracknell, Farnborough, Wokingham, and other locations in Berkshire and Buckinghamshire.
Programming:
We will leave programming of the work to you. We may have a small number of high-priority cases needing to be done earlier, but in general we would give you our address list for each financial year (April to March) and you can determine your own programme to deliver it. We expect that once work on an individual property have commenced, they are completed within 1 working day where practicable and this target will form part of the KPI suite.
CDM:
We will appoint the Quoin Consultancy as Principal Designer, you will be appointed Principal Contractor. We assume you will prepare the key documents and Quoin will check them against the regulations.
Pricing:
All relevant pricing is to be submitted via the Pricing Matrix (Appendix 6) as all-inclusive (meaning they must include all aspects required to supply and install full fire door sets). To ensure a fair and like-for-like comparison; Tender prices are to be offered and agreed on the basis that pricing will be fixed for the first 2 years of the contract.
Total value (estimated)
- £2,500,000 excluding VAT
- £3,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 31 August 2025 to 30 August 2028
- Possible extension to 30 August 2029
- 4 years
Description of possible extension:
Initial term of 3 years with a option to extend for a further year (Max term 4 years).
Options
The right to additional purchases while the contract is valid.
Additional remedials, repairs, replacements may be found when on site.
Main procurement category
Goods
CPV classifications
- 44221220 - Fire doors
- 45343000 - Fire-prevention installation works
- 45421131 - Installation of doors
Contract locations
- UKJ - South East (England)
Participation
Legal and financial capacity conditions of participation
The following Insurances will need to be in place in order for the contract to be awarded:
Public Liability - £10m
Employers Liability - £5m
Professional Indemnity - £1m
Requirement to adhere to GDPR Regulations.
Draft JCT contract has been provided in attachments (Appendix 10).
Financial Capacity will be tested. Please see attached 'PSQ Economic & Financial Standing Mechanism' + 'PSQ Financial Standing Guide' for how this will be assessed.
Technical ability conditions of participation
The PSQ contains the following Conditions of Participation (Pass/Fail):
1) Relevant experience and contract examples.
2) Requirement to be able to deliver services across HS estate (predominantly Maidenhead) and mobilise quickly.
3) Requirement to have a Safeguarding Policy in place for Children & Vulnerable Adults.
4) Requirement to provide assurance on continuity of supply/service from your critical supply-chain (providing at least one of the following: a Business Continuity / Disaster Recovery / Risk Management Plan).
5) Requirement CDM Regulations adherence & SSIP Membership.
6) Requirement for 3rd party accreditation - BM TRADA Q-Mark Fire Door Installation or FIRAS Installer Certification Scheme - Fire Doors (or equivalent).
7) Requirement Bribery Act adherence.
8) Modern Slavery Act adherence.
9) Requirement for Contractor (and any Sub-Contractor) to deliver all services under contract inline with Housing Solutions' Approved Contractor Standards.
10) Requirement to Pass Conflict of Interest checks & Sign PSQ.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
13 June 2025, 12:00pm
Tender submission deadline
20 June 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
1 August 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Quality | 60% weighting has been assigned across 10 x Quality Questions (See ITT Document & Appendix 4B for more information) |
Quality | 60.00% |
Price | 40% weighting has been assigned across 8 x Price Categories (See ITT Document & Appendix 6 for more information) |
Price | 40.00% |
Other information
Description of risks to contract performance
Budgets are approved on an annual basis, and replacement activity / spend could go up or down during the life of the contract.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
HS Fire Doors - Access Policy.pdf
Access Policy
HS Fire Doors - Anti-Fraud, Theft & Bribery Policy.pdf
Anti-Fraud, Theft & Bribery Policy
HS Fire Doors - Approved Contractor Standards (Appendix 11).pdf
Approved Contractor Standards (Appendix 11)
HS Fire Doors - Asbestos Management Plan.pdf
Asbestos Management Plan
HS Fire Doors - Asbestos Policy.pdf
Asbestos Policy
HS Fire Doors - Data Protection Policy.pdf
Data Protection Policy
HS Fire Doors - Door Styles (Appendix 8).docx
Door Styles (Appendix 8)
HS Fire Doors - Draft JCT Contract (Appendix 10).pdf
Draft JCT Contract (Appendix 10)
HS Fire Doors - Electrical Safety Policy.pdf
Electrical Safety Policy
HS Fire Doors - Equality Diversity & Inclusion Policy.pdf
Equality, Diversity & Inclusion Policy
HS Fire Doors - Fire Door Numbers - Year 1 (Appendix 9).xlsx
Fire Door Numbers - Year 1 (Appendix 9)
HS Fire Doors - Fire Safety Policy.pdf
Fire Safety Policy
HS Fire Doors - Gas Safety Policy.pdf
Gas Safety Policy
HS Fire Doors - Health & Safety Policy.pdf
Health & Safety Policy
HS Fire Doors - Invitation to Tender (ITT).doc
Invitation to Tender (ITT)
HS Fire Doors - Lone Worker Policy.pdf
Lone Worker Policy
HS Fire Doors - PA23 Procurement Specific Questionnaire (Appendix 4A).docx
PA23 Procurement Specific Questionnaire (Appendix 4A)
HS Fire Doors - Pricing Matrix (Appendix 6).xlsx
Pricing Matrix (Appendix 6)
HS Fire Doors - PSQ Economic & Financial Standing Mechanism.docx
PSQ Economic & Financial Standing Mechanism
HS Fire Doors - PSQ Financial Standing Guide.xlsx
PSQ Financial Standing Guide
HS Fire Doors - Quality & Technical Capability Response (Appendix 4B).docx
Quality & Technical Capability Response (Appendix 4B)
HS Fire Doors - Repairs & Maintenance Policy.pdf
Repairs & Maintenance Policy
HS Fire Doors - Service Specification (Appendix 7).docx
Service Specification (Appendix 7)
HS Fire Doors - Vulnerable Residents Policy.pdf
Vulnerable Residents Policy
HS Fire Doors - Water Hygiene & Safety Policy.pdf
Water Hygiene & Safety Policy
Contracting authority
Housing Solutions
- Public Procurement Organisation Number: PGDY-4627-RBZL
Crown House, Crown Square
Maidenhead
SL6 8BY
United Kingdom
Region: UKJ11 - Berkshire
Organisation type: Public undertaking (commercial organisation subject to public authority oversight)