Award

Fire Risk Assessment Rectifications

HOUSING SOLUTIONS LTD

This public procurement record has 5 releases in its history.

Award

05 Jun 2024 at 10:54

TenderUpdate

11 May 2023 at 13:36

TenderUpdate

22 Dec 2022 at 16:31

Tender

07 Nov 2022 at 09:01

Planning

24 Oct 2022 at 10:53

Summary of the contracting process

The Housing Solutions Ltd has completed the Fire Risk Assessment Rectifications procurement process. The contract, valued at GBP3,612,000 (ex VAT), was awarded to two suppliers - Trail Group Ltd and Sureserve Fire and Electrical Ltd. The contract involves rectification works identified through fire risk assessments and will run for an initial term of five years, with options to extend up to a maximum of seven years. The procurement method used was an open procedure.

This tender by Housing Solutions Ltd presents business growth opportunities for fire safety contractors with experience, infrastructure, responsive capabilities, and quality assurance. Companies skilled in fire-prevention services, fireproofing work, and fire-prevention installation works would be well-suited to compete. The contract has a focus on quality criteria as part of the award criteria, alongside pricing, providing opportunities for contractors to showcase their expertise.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Fire Risk Assessment Rectifications

Notice 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 was initially estimated that the total contract sum for all services would be GBP8,022,000 (GBP1,146,000 ex VAT annually). This estimate was however revised during the procurement exercise to GBP3,612,000 (GBP516,000 ex VAT annually).

Lot Information

Lot 1

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 was initially estimated that the total contract sum for all services would be GBP8,022,000 (GBP1,146,000 ex VAT annually). This estimate was however revised during the procurement exercise to GBP3,612,000 (GBP516,000 ex VAT annually).

Renewal: Two extensions of twelve (12) months each

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-037841
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/017392-2024
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

75 - Administration, defence and social security services


CPV Codes

45343000 - Fire-prevention installation works

45343100 - Fireproofing work

75251110 - Fire-prevention services

Notice Value(s)

Tender Value
£8,022,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£3,612,000 £1M-£10M

Notice Dates

Publication Date
5 Jun 20241 years ago
Submission Deadline
4 Jan 2023Expired
Future Notice Date
7 Nov 2022Expired
Award Date
8 May 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
HOUSING SOLUTIONS LTD
Contact Name
Jon Richardson
Contact Email
jon.richardson@housingsolutions.co.uk
Contact Phone
+44 7486325064

Buyer Location

Locality
BERKSHIRE
Postcode
SL6 8BY
Post Town
Slough
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ15 Berkshire East
Delivery Location
TLJ11 Berkshire

Local Authority
Windsor and Maidenhead
Electoral Ward
St Mary's
Westminster Constituency
Maidenhead

Supplier Information

Number of Suppliers
2
Supplier Names

SURESERVE FIRE AND ELECTRICAL LTD (FORMALLY ALLIED PROTECTION

TRAIL GROUP

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-037841-2024-06-05T11:54:11+01:00",
    "date": "2024-06-05T11:54:11+01:00",
    "ocid": "ocds-h6vhtk-037841",
    "description": "FRA Remedials contract was awarded to two suppliers. Contract value initially estimated at GBP8,022,000 (ex VAT) but revised down to GBP3,612,000 (EX vat) throughout procurement process - estimated value divided between the two successful bidders (GBP1,806,000 each). (MT Ref:229183)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-037841",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Fire Risk Assessment Rectifications",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "75251110",
            "description": "Fire-prevention services"
        },
        "mainProcurementCategory": "services",
        "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 was initially estimated that the total contract sum for all services would be GBP8,022,000 (GBP1,146,000 ex VAT annually). This estimate was however revised during the procurement exercise to GBP3,612,000 (GBP516,000 ex VAT annually).",
        "value": {
            "amount": 8022000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "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 was initially estimated that the total contract sum for all services would be GBP8,022,000 (GBP1,146,000 ex VAT annually). This estimate was however revised during the procurement exercise to GBP3,612,000 (GBP516,000 ex VAT annually).",
                "status": "cancelled",
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Two extensions of twelve (12) months each"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Experience",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Infrastructure",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Capacity & Responsive Capability",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Labour Model",
                            "type": "quality",
                            "description": "7.5"
                        },
                        {
                            "name": "Quality Assurance",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Appointment Setting & Access Management",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Certification & IT",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Contract Management, KPIs & MI",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "name": "Partnering & Social Value",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Supply Chain Management",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "75251110",
                        "description": "Fire-prevention services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343100",
                        "description": "Fireproofing work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343000",
                        "description": "Fire-prevention installation works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ11"
                    },
                    {
                        "region": "UKJ11"
                    },
                    {
                        "region": "UKJ11"
                    }
                ],
                "deliveryLocation": {
                    "description": "Berkshire, Hampshire, Windsor & Maidenhead"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-11-07T00:00:00Z",
            "atypicalToolUrl": "https://housingsolutions.mytenders.co.uk/"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://housingsolutions.mytenders.co.uk/",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2023-01-04T17:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2023-01-05T12:00:00Z"
        },
        "bidOpening": {
            "date": "2023-01-05T12:00:00Z"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-01-04T17:00:00Z"
                        },
                        "newValue": {
                            "date": "2023-01-18T17:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2023-01-05T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2023-01-19T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ],
                "description": "Extended following feedback/a request from bidders"
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-01-04T17:00:00Z"
                        },
                        "newValue": {
                            "date": "2023-01-18T17:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2023-01-05T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2023-01-19T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "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)."
                        },
                        "newValue": {
                            "text": "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 GBP3,612,000 (GBP516,000 ex VAT annually)."
                        },
                        "where": {
                            "section": "II.1.4",
                            "label": "Short Description - contract value changed."
                        }
                    },
                    {
                        "oldValue": {
                            "text": "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)."
                        },
                        "newValue": {
                            "text": "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 GBP3,612,000 (GBP516,000 ex VAT annually)."
                        },
                        "where": {
                            "section": "II.2.4",
                            "label": "Description of the Procurement - contract value changed"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "Value excluding VAT: 8,022,000 GBP"
                        },
                        "newValue": {
                            "text": "Value excluding VAT: 3,612,000 GBP"
                        },
                        "where": {
                            "section": "II.1.5",
                            "label": "Contract value changed"
                        }
                    }
                ],
                "description": "Corrigendum1 - Deadline extended following feedback/a request from bidders. Corrigendum2 - Contract value reduced."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-66604",
            "name": "Housing Solutions Ltd",
            "identifier": {
                "legalName": "Housing Solutions Ltd"
            },
            "address": {
                "streetAddress": "Crown House, Crown Square , Waldeck Road",
                "locality": "Berkshire",
                "region": "UKJ11",
                "postalCode": "SL6 8BY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Jon Richardson",
                "telephone": "+44 7486325064",
                "email": "jon.richardson@housingsolutions.co.uk",
                "url": "https://housingsolutions.mytenders.co.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.housingsolutions.co.uk/",
                "buyerProfile": "https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43134",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "description": "Housing Association"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "06",
                        "description": "Housing and community amenities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-103",
            "name": "Public Procurement Review Service",
            "identifier": {
                "legalName": "Public Procurement Review Service"
            },
            "address": {
                "streetAddress": "Cabinet Office",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3450103503",
                "email": "publicprocurementreview@cabinetoffice.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
            }
        },
        {
            "id": "GB-FTS-115285",
            "name": "Trail Group Ltd",
            "identifier": {
                "legalName": "Trail Group Ltd"
            },
            "address": {
                "streetAddress": "Unit C White Oak Technology Centre, London Road",
                "locality": "Swanley",
                "region": "UKJ4",
                "postalCode": "BR8 7AG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1322370711"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-19615",
            "name": "Sureserve Fire and Electrical Ltd (Formally Allied Protection)",
            "identifier": {
                "legalName": "Sureserve Fire and Electrical Ltd (Formally Allied Protection)"
            },
            "address": {
                "streetAddress": "Unit 2, Regent Business Centre, Jubilee Road",
                "locality": "Burgess Hill",
                "region": "UK",
                "postalCode": "BN6 8BA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1708758838"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-66604",
        "name": "Housing Solutions Ltd"
    },
    "language": "en",
    "awards": [
        {
            "id": "017392-2024-148276104 / 160594004-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-115285",
                    "name": "Trail Group Ltd"
                },
                {
                    "id": "GB-FTS-19615",
                    "name": "Sureserve Fire and Electrical Ltd (Formally Allied Protection)"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "017392-2024-148276104 / 160594004-1",
            "awardID": "017392-2024-148276104 / 160594004-1",
            "status": "active",
            "value": {
                "amount": 3612000,
                "currency": "GBP"
            },
            "dateSigned": "2023-05-09T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 5
            }
        ]
    }
}