Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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
}
]
}
}