Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Sutton Housing Partnership
Sutton Gate, 1 Carshalton Road
Sutton
SM1 4LE
UK
Contact person: Ian Phillips
Telephone: +44 2089152463
E-mail: Ian.phillips@suttonhousingpartnership.org.uk
NUTS: UKI63
Internet address(es)
Main address: www.suttonhousingpartnership.org.uk
Address of the buyer profile: www.suttonhousingpartnership.org.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.londontenders.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.londontenders.org
I.4) Type of the contracting authority
Other: ALMO
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of 'The Standard and Complex Fire Risk Assessment (FRA) Surveys
Reference number: DN442354
II.1.2) Main CPV code
71313410
II.1.3) Type of contract
Services
II.1.4) Short description
Sutton Housing Partnership, on behalf of the London Borough of Sutton (Sutton Council) is seeking expressions of interest from suitably qualified organisations for the delivery of a contract for the standard and complex fire risk assessments.
II.1.5) Estimated total value
Value excluding VAT:
354 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI63
II.2.4) Description of the procurement
Standard and complex fire risk assessments as follows:
Type 1: inspection of common parts only (non-destructive) to satisfy the Regulatory Reform (Fire Safety) Order 2005 (FSO) and complete fire risk assessment action plans.
Type 2: destructive to common parts only, generally similar to type 1, except that there is a degree of destructive inspection.
Type 3: fire risk assessment includes the work involved in a type 1 fire risk assessment but goes beyond the scope of the FSO, but not the scope of the Housing Act.
Type 4 fire risk assessment which is similar to type 3 fire risk assessment scope of work, except that there is a degree of destructive inspection, in both the common parts and the flats, carried out on a sampling basis.
A selection questionnaire is available on this portal which Sutton Housing Partnership (SHP) shall evaluate to identify the shortlisted supplies to be invited to tender.
The Council shall not be bound to accept the lowest cost or any tender.
The award of contract shall be based on the most economically advantageous tender submitted.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
354 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
24/02/2023
This contract is subject to renewal: Yes
Description of renewals:
Subject to contractor performance and at the discretion of Sutton Housing Partnership
24 months in 12 month intervals
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:
Subject to scoring over 55 %, contractors will be invited to attend a mock FRA survey. This will be included in the overall quality tender scoring.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The contract may be extended for 2 additional periods of 1 year at the sole discretion of the ALMO.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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:
09/12/2019
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
16/12/2019
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales, Royal Courts of Just
Strand London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
08/11/2019