Scope
Description
Fire Risk Assessments and Associated Inspections and Remedial works in Council Owned Homes
Independent preparation and review of Fire Risk Assessments, the authority will appoint a separate Supplier to carry out Fire Specialist and Building Safety Advice. Contracts for 'Fire Risk Assessments for Housing Properties' and 'Fire Specialist and Building Safety Advice' will not be awarded to the same Supplier.
Please read and follow the information and guidance supplied below and within the Tender documents, this will help with your tender submission.
Word count limits apply, any information going over will not be considered.
Respond to ALL questions.
Additional documents or information not required will be disregarded.
Please note timeline with regards to questions and submission dates.
All communications, correspondences and clarifications must be sent via the In-tend portal.
Do not contact the Service area for information, please use the correspondence facility
Regularly view the Clarification tab for updates or responses to questions received by bidders.
Questions asked together with the response, will be made available to all bidders (if not Private and Confidential), this to ensure a fair and consistent approach to all.
Avoid uploading your return just prior to closing deadline as you may incur IT issues and we will not accept Tender Returns via e-mail.
The Council will provide as much support and information as it can to help guide you through the Tender process. If there is anything you are not sure of or need clarification on, please contact the Procurement lead using the correspondence facility within the In-tend electronic tendering system.
Opting In
To inform us of your decision to participate and to be able to submit a tender you will be required to Opt In. Opting In will confirm to us of your involvement and your intention to submit a tender return.
Opting Out
Will confirm that you are no longer interested in submitting a tender return. You will be able to provide a reason as to your decision if you wish. This will cease any system-generated communications. You will be able to opt back in at any point.
Target contract commencement date: 1st July 2026
Contract term: 2 years +1+1 optional
Total value (estimated)
- £680,000 excluding VAT
- £816,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 July 2026 to 30 June 2028
- Possible extension to 29 June 2030
- 3 years, 11 months, 29 days
Description of possible extension:
2 years plus up to two years optional
Main procurement category
Services
CPV classifications
- 31625000 - Burglar and fire alarms
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 71313410 - Risk or hazard assessment for construction
- 71315210 - Building services consultancy services
- 71317000 - Hazard protection and control consultancy services
- 71317100 - Fire and explosion protection and control consultancy services
- 71317200 - Health and safety services
- 71317210 - Health and safety consultancy services
- 71600000 - Technical testing, analysis and consultancy services
- 75251110 - Fire-prevention services
- 79417000 - Safety consultancy services
- 90711100 - Risk or hazard assessment other than for construction
Contract locations
- UKH - East of England
Submission
Enquiry deadline
21 November 2025, 11:59pm
Submission type
Requests to participate
Deadline for requests to participate
28 November 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)
13 April 2026
Award criteria
| Name | Description | Type |
|---|---|---|
| Simple description | Weighting - Quality 55% Cost - 35% Social Value 10% |
Price |
Weighting description
Weighting - Quality 55% Cost - 35% Social Value 10%
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
Two Stage - CFP
PSQ Stage
Up to SIX (6) Suppliers achieving the highest scores in respect of the Shortlisting Criteria will advance to the next stage - Stage 2 - ITT
Note: Stage One - PSQ
The Authority will carry out a review of the financial standing of each Applicant based on an assessment of the Applicant's audited accounts from the last two years.
Documents
Associated tender documents
https://in-tendhost.co.uk/centralbedfordshire/aspx/Home
To access the tender pack registration is required on the In-tend supplier portal, link supplied.
Contracting authority
Central Bedfordshire Council
- Public Procurement Organisation Number: PVNH-1137-QJBX
Priory House, Monks Walk, Chicksands
Shefford
SG17 5TQ
United Kingdom
Region: UKH25 - Central Bedfordshire
Organisation type: Public authority - sub-central government