Tender

Fire Risk Assessment Rectifications

  • Housing Solutions Ltd

F02: Contract notice

Notice identifier: 2022/S 000-031333

Procurement identifier (OCID): ocds-h6vhtk-037841

Published 7 November 2022, 9:01am



The closing date and time has been changed to:

18 January 2023, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Housing Solutions Ltd

Crown House, Crown Square , Waldeck Road

Berkshire

SL6 8BY

Contact

Alistair Little

Email

alistair.little@housingsolutions.co.uk

Telephone

+44 7720496297

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.3) Communication

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

https://housingsolutions.mytenders.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://housingsolutions.mytenders.co.uk/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://housingsolutions.mytenders.co.uk/

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 is estimated that the total contract sum for all works will be GBP8,022,000 (GBP1,146,000 ex VAT annually).

two.1.5) Estimated total value

Value excluding VAT: £8,022,000

two.1.6) Information about lots

This contract is divided into lots: No

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 is estimated that the total contract sum for all works will be GBP8,022,000 (GBP1,146,000 ex VAT annually).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Two extensions of twelve (12) months each

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.1.2) 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


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 000-029894

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

Originally published as:

Date

4 January 2023

Local time

5:00pm

Changed to:

Date

18 January 2023

Local time

5:00pm

See the change notice.

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

5 January 2023

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

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=227794.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:227794)

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