Section one: Contracting authority
one.1) Name and addresses
Housing Solutions Ltd
Crown House, Crown Square , Waldeck Road
Berkshire
SL6 8BY
Contact
Alistair Little
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
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