Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Milton Keynes City Council
Civic 1 Saxon Gate East
Milton Keynes
MK9 3EJ
UK
Telephone: +44 1908691691
E-mail: corporateprocurement@milton-keynes.gov.uk
NUTS: UKJ12
Internet address(es)
Main address: https://in-tendhost.co.uk/milton-keynes/aspx/Home
Address of the buyer profile: https://www.milton-keynes.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/milton-keynes/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/milton-keynes/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
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://in-tendhost.co.uk/milton-keynes/aspx/Home
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
HRA Fire Risk Assessments
Reference number: 2024-091C
II.1.2) Main CPV code
71631300
II.1.3) Type of contract
Services
II.1.4) Short description
Milton Keynes City Council are currently out to tender for the provision of a compliance supplier directly for our housing stock for: -A Fire Risk Assessment for Blocks (containing flats and maisonettes) communal areas.B On-going fire risk consultancy, advice, guidance and support, as and when required. MKCC are looking for a partnered approach with our provider to ensure we remain compliant and to support us as and when required with queries and liaison with the Regulator for Social Housing, Bucks, Fire Services and the Health and Safety Executive. Consultancy will be on an ad hoc basis as and when required and an indicative time allocation is provided in the pricing document. Consultancy will encompass of all aspects of fire risk and safety, and will not be restricted to fire risk assessments.C Ad hoc fire door surveys .D Ad hoc fire compartmentation surveys.The contract will be for an initial period of 2 years with an option to extend for a further 1 year period.
II.1.5) Estimated total value
Value excluding VAT:
608 500.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71000000
71350000
71315400
71317100
71315200
75251110
71251000
71315210
II.2.3) Place of performance
NUTS code:
UKJ12
Main site or place of performance:
II.2.4) Description of the procurement
As stated within the Tender Documents.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
608 500.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
There will be an option to extend for an additional 12 months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As stated within the Tender documents.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated within the Tender documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/02/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
14/02/2025
Local time: 12:00
Place:
Milton Keynes
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2028
VI.4) Procedures for review
VI.4.1) Review body
High Court Royal Court of Justice
London
WC24 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. Applicants may seek further clarification from the Contracting Authority following receipt of this information and the Contracting Authority will provide further clarification as appropriate. If any clarification regarding the award of the Contract has not been successfully resolved, an Applicant can consider its option under the Public Contracts Regulations 2015. Applicants would need to obtain their own legal advice.
VI.5) Date of dispatch of this notice
10/01/2025