Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at:
www.londontenders.orgAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityOther type: ALMO
I.5)Main activityHousing 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 code71313410
II.1.3)Type of contractServices
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 valueValue excluding VAT: 354 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performanceNUTS 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 criteriaCriteria below
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 354 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemEnd: 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 invitedEnvisaged 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 variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The contract may be extended for 2 additional periods of 1 year at the sole discretion of the ALMO.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 09/12/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 16/12/2019
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court of England and Wales, Royal Courts of Just
Town: Strand London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:08/11/2019