Fire Risk Assessment Rectifications

Award

Value

£3,612,000

Classifications

  • Fire-prevention services
  • Fireproofing work
  • Fire-prevention installation works

Tags

  • award
  • contract

Published

1 year ago

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).

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

External & Communal Pre Construction Services and Works to Houses Framework  CRN00039877

External & Communal Pre Construction Services and Works to Houses Framework Multiple Supplier Framework (of up to three contractors per Lot) to undertake various services and works related to improvement and planned maintenance works, by means of Pre-construction Services Call-offs and Works Call-offs. This Framework is to be split into 3no Lots as follows: LOT 1, Pre-Construction Services and External works, to low rise properties LOT 2, Pre-Construction Services and External works, to high rise properties LOT 3, Pre-Construction Services and Communal works, to low rise and high rise properties The following descriptions are indicative of the types of services and works that may be commissioned under each Lot. In addition, other similar services and works may also be commissioned. Bidders should note that the estimated value below consists of the provisional budget allocated within the capital plan for all contractors. The actual value per contractor will be expected to be a much smaller proportion following distribution of work amongst an anticipated 3no framework contractors per lot. Work and budgets per contractor will also be affected by work carried out by direct in-house resources, contingency allowances, non-access to properties, efficiency savings, and subject to regular reviews and re-allocations of priorities by the Council. The non-binding target is that each framework contractor would receive approximately: Lot1 GBP2-4Million of work turnover per year; Lot2 GBP1-2Million of work turnover per year; Lot3 GBP0.3-1Million of work turnover per year; The framework contractors will also be required to perform to the council's key performance indicator targets, and community benefits expectations (described elsewhere) Types of work that may be awarded to framework contractors, but is non-binding, is detailed below: LOT 1 Pre-Construction Services and External works, to low rise properties Repairs and/or installation of: external masonry, concrete and joinery flat and pitched roof coverings, external and cavity wall insulation, and related works Door/window/screen replacements Photo voltaic panels and/or air source heat pumps Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works Utility company coordination so as to reposition and/or replace gas pipework, meters etc Any other relevant services or works LOT 2 Pre-Construction Services and External works, to high rise properties Repairs and/or installation of: external masonry, concrete and joinery flat roof coverings external and cavity wall insulation, and related works Door/window/screens Repairs and/or renewing lightning protection and roof ventilation fans Repositioning and/or replacing drainage, rainwater goods, and other services to facilitate external wall insulation/render works Any other relevant services or works LOT 3 Pre-Construction Services and Communal works, to low rise and high rise properties Repairs and/or installation of: Communal door/window/screens Foyer/communal hall/stair upgrading Firestopping, smoke control ventilation Below and above ground drainage lightning protection and mechanical ventilation door entry systems and communal lighting electrical switchgear, distribution and containment fire/smoke detection fire alarms fire suppression systems Communal potable water tank replacements Communal space heating replacements Communal hot & cold water services replacements Automatic Controls for communal mechanical and electrical services Fire Panel Controls for communal fire protection Lift replacements Any other relevant services or works

Open

CBC-1856-T-TS Fire Risk Assessments

Fire Risk Assessments and Associated Inspections and Remedial works in Council Owned Homes Independent preparation and review of Fire Risk Assessments, the authority will appoint a separate Supplier to carry out Fire Specialist and Building Safety Advice. Contracts for 'Fire Risk Assessments for Housing Properties' and 'Fire Specialist and Building Safety Advice' will not be awarded to the same Supplier. Please read and follow the information and guidance supplied below and within the Tender documents, this will help with your tender submission. Word count limits apply, any information going over will not be considered. Respond to ALL questions. Additional documents or information not required will be disregarded. Please note timeline with regards to questions and submission dates. All communications, correspondences and clarifications must be sent via the In-tend portal. Do not contact the Service area for information, please use the correspondence facility Regularly view the Clarification tab for updates or responses to questions received by bidders. Questions asked together with the response, will be made available to all bidders (if not Private and Confidential), this to ensure a fair and consistent approach to all. Avoid uploading your return just prior to closing deadline as you may incur IT issues and we will not accept Tender Returns via e-mail. The Council will provide as much support and information as it can to help guide you through the Tender process. If there is anything you are not sure of or need clarification on, please contact the Procurement lead using the correspondence facility within the In-tend electronic tendering system. Opting In To inform us of your decision to participate and to be able to submit a tender you will be required to Opt In. Opting In will confirm to us of your involvement and your intention to submit a tender return. Opting Out Will confirm that you are no longer interested in submitting a tender return. You will be able to provide a reason as to your decision if you wish. This will cease any system-generated communications. You will be able to opt back in at any point. Target contract commencement date: 1st July 2026 Contract term: 2 years +1+1 optional Additional information: Is a Recurrent Procurement Type? : No

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Jon Richardson

[email protected]

+44 7486325064

+44 1322370711

+44 1708758838

Timeline complete

Publish
Bid
Evaluate
Award
Complete