Tender

Fire Safety Works - Consultancy Services Term Contracts

  • Southern Housing Group

F02: Contract notice

Notice identifier: 2021/S 000-026232

Procurement identifier (OCID): ocds-h6vhtk-02ede5

Published 20 October 2021, 10:20am



Section one: Contracting authority

one.1) Name and addresses

Southern Housing Group

59 -61 Clerkenwell Road

London

EC1M 5LA

Contact

Ryan Tanner

Email

Contracts@shgroup.org.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

www.shgroup.org.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://www.in-tend.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.in-tend.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fire Safety Works - Consultancy Services Term Contracts

Reference number

PR/REF: 0030 - (T10386/4)

two.1.2) Main CPV code

  • 71530000 - Construction consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Services will comprise the provision of professional consultancy services to support the delivery of Fire Safety Works in response to Fire Risk Assessments of the Authority's housing and related assets. Separate Term Contracts are being established to undertake fire safety works. This Contract is for consultancy support in the roles of 1. Multi-disciplinary Consultant, 2. MEPH Engineering Services; 3. Civil/Structural Engineering Services.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenders may be submitted for maximum 2 lotsMaximum number of lots that may be awarded to one tenderer: 1The contracting authority reserves the right to award contracts combining the following lots or groups of lots:- "Multi-disciplinary Services" may compete for Lots 1 and 2 only;- "MEPH Engineering may compete for lot 3 only;- Civil/Structural may compete for lot 4 only.

two.2) Description

two.2.1) Title

Fire Safety Works: Multi-disciplinary Consultancy (North Area)

Lot No

1

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71200000 - Architectural and related services
  • 71541000 - Construction project management services
  • 71317210 - Health and safety consultancy services
  • 71315300 - Building surveying services
  • 71521000 - Construction-site supervision services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71520000 - Construction supervision services
  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Southern England

two.2.4) Description of the procurement

The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Multi-Disciplinary Consultant under a Design & Build approach, providing architecture, project management, cost consultancy, CDM-Adviser, clerk of works.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents.

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

two.2.14) Additional information

The Authority will award a contract to the highest scoring Tenderer on Lots 1&2. Tenderers will be required to state their preference for which lot they would like to be awarded. The highest scoring Tenderer will be awarded their preferred lot and the second placed Tenderer will be awarded the remaining lot. Tenderers are required to compete for both lots 1&2.

two.2) Description

two.2.1) Title

Fire Safety Works: Multi-disciplinary Consultancy (South Area)

Lot No

2

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71200000 - Architectural and related services
  • 71541000 - Construction project management services
  • 71317210 - Health and safety consultancy services
  • 71315300 - Building surveying services
  • 71521000 - Construction-site supervision services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71520000 - Construction supervision services
  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Southern England

two.2.4) Description of the procurement

The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors;3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Multi-Disciplinary Consultant under a Design & Build approach, providing architecture, project management, cost consultancy, CDM-Adviser, clerk of works.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents.

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

two.2.14) Additional information

The Authority will award a contract to the highest scoring Tenderer on Lots 1&2. Tenderers will be required to state their preference for which lot they would like to be awarded. The highest scoring Tenderer will be awarded their preferred lot and the second placed Tenderer will be awarded the remaining lot. Tenderers are required to compete for both lots 1&2.

two.2) Description

two.2.1) Title

Fire Safety Works: MEPH Engineer

Lot No

3

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71334000 - Mechanical and electrical engineering services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71330000 - Miscellaneous engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Southern England

two.2.4) Description of the procurement

The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Mechanical, Electrical and Public Health (MEPH) Engineering Services under a Design & Build approach.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents.

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

two.2) Description

two.2.1) Title

Fire Safety Works: Civil/Structural Engineer

Lot No

4

two.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services
  • 71311000 - Civil engineering consultancy services
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71312000 - Structural engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

Southern England

two.2.4) Description of the procurement

The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Civil/Structural Engineer under a Design & Build approach.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015 (as amended). The minimum requirements that Applicants are required to meet are set out in the PQQ. The PQQ is available from the address at I.1 and must be returned to that address by the date stipulated in IV.2.2.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Term Appointment forming part of the Procurement Documents sets out the conditions relating to performance including minimum performance standards to be met.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 2020/S 162-395259

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 November 2021

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)

four.2.7) Conditions for opening of tenders

Date

29 November 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

(MT Ref:223781)

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

six.4.2) Body responsible for mediation procedures

Centre for Effective Dispute Resolution

70 Fleet Street

London

EC4Y 1EU

Email

info@cedr.com

Telephone

+44 207536600

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the "Award Decision Notice" at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales.

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Telephone

+44 2072761234

Country

United Kingdom

Internet address

www.cabinetoffice.gov.uk