Scope
Reference
600/PR-10698
Description
The contract requires the delivery of remedial passive fire system actions following Fire Risk Assessments and planned programmes of
work for roof compartmentation works to properties owned and managed by Babergh District Council and Mid Suffolk District Council.
The works required include but are not restricted to:
• Passive fire system remedial works following Fire Risk Assessments
• Passive fire system works reported on a reactive basis
• Passive fire system works to include, but not limited to:Supply and install fire doors; Repair to fire doors; Fire collars and pillows;
Sealing systems; Fire signage; Compartmentation; Loft hatches; Fire stopping; Electrical cupboards; Fire Dampers; Ironmongery
repairs and replacement; Fire rated glazing
• Planned programme roof compartmentation works
Total value (estimated)
- £10,000,000 excluding VAT
- £12,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 1 April 2029
- Possible extension to 1 April 2031
- 5 years, 1 day
Description of possible extension:
It is intended that the Contracts will commence in April 2026, and run for a period of three years with the option for renewal, as
decided by BMSDC, for an extension of up to a further two years, subject to satisfactory reviews based upon performance and quality
of service and delivery. The maximum duration of the Contracts is therefore five years.
Main procurement category
Works
CPV classifications
- 44221220 - Fire doors
- 45000000 - Construction work
- 51700000 - Installation services of fire protection equipment
Lot LOT-0001. Lot A
Description
Lot A- Remedial passive fire system actions following Fire Risk Assessments and repairs.
Lot value (estimated)
- £5,000,000 excluding VAT
- £6,000,000 including VAT
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Lot LOT-0002. Lot B
Description
Lot B - Remedial passive fire system actions following Fire Risk Assessments and repairs.
Lot value (estimated)
- £5,000,000 excluding VAT
- £6,000,000 including VAT
Same for all lots
CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.
Participation
Legal and financial capacity conditions of participation
Lot LOT-0001. Lot A
Lot LOT-0002. Lot B
As defined within the tender documents.
Technical ability conditions of participation
Lot LOT-0001. Lot A
Lot LOT-0002. Lot B
As defined within the tender documents.
Particular suitability
Lot LOT-0001. Lot A
Lot LOT-0002. Lot B
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
14 July 2025, 1:00pm
Submission type
Requests to participate
Deadline for requests to participate
14 July 2025, 1:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
7 January 2026
Award criteria
Name | Description | Type |
---|---|---|
Simple description | Price - weighting 40% Technical Evaluation (Written Responses) 40% Technical Evaluation (Presented Response) 20% A Supplier can only be successful for one Lot. In the event that the same Supplier is top... |
Price |
Weighting description
Price - weighting 40%
Technical Evaluation (Written Responses) 40%
Technical Evaluation (Presented Response) 20%
A Supplier can only be successful for one Lot. In the event that the same Supplier is top placed on both Lots at the conclusion of the
evaluation process, the Lot priority stated within Document B1 will be taken into consideration.
Other information
Payment terms
Please refer to Document A3 within the tender documents which includes the Form of Contract.
Description of risks to contract performance
The following risks have been identified that would impact the performance of the Contract, where the impact cannot be known at this
stage but may relate to a Contract modification if the risk was to materialise:
Risk of legislative changes, regulatory changes or changes in law during the term of a Contract
Risk of unforeseen changes to delivery/operational standards
Risk of changes in technology, IT solutions or systems
Risk of unforeseen increase in Contracting Authority budgets/increased volume of works/services
Risk of unforeseen circumstances that cause the value of the Contract to increase (previous examples include BREXIT, war, pandemic
and the cost of living crisis)
Risk of unforeseen political impact
Risk of unforeseen increase in property volume
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
This competitive flexible procedure procurement has been divided into two stages.
BMSDC invites Suppliers to express an interest in participating in the procurement process, via http://www.suffolksourcing.uk/
The Request to Participate documents include the Conditions of Participation Questionnaire (CPQ), which must be completed and submitted by Suppliers within the stated timescales to demonstrate the fact that they meet the minimum requirements set by BMSDC and are suitability experienced and qualified to undertake the Works being procured.
Based on its evaluation of the Responses, it is envisaged the seven highest scoring Suppliers, across all lots, will be Invited to Tender by BMSDC.
Suppliers must submit their Tender Response by the time and date stated in Document A1 of the Invitation to Tender. Following this, BMSDC will evaluate all Tender Responses against the criteria and weightings set out in Document A1 of the Invitation to Tender.
Contracting authorities
Babergh District Council
- Public Procurement Organisation Number: PYQM-3849-BJQL
8 Russell Road
Ipswich
IP1 2BX
United Kingdom
Region: UKH14 - Suffolk
Organisation type: Public authority - sub-central government
Mid Suffolk District Council
- Public Procurement Organisation Number: PJPW-1919-JTND
8 Russell Road
Ipswich
IP1 2BX
United Kingdom
Region: UKH14 - Suffolk
Organisation type: Public authority - sub-central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
Faithorn Farrell Timms
Summary of their role in this procurement: Procurement service
- Companies House: OC300053
Central Court, 1b Knoll Rise
Orpington
BR6 0JA
United Kingdom
Email: procurement@effefftee.co.uk
Region: UKI61 - Bromley