TCH is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Bespoke Fire Surveys |
Notice type: | Contract Notice |
Authority: | TCH |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Bespoke fire surveys carried out on our properties |
Published: | 01/07/2022 10:31 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Town & Country Housing, 30167R
Monson House - Monson Way, Tunbridge Wells, Kent, TN1 1LQ, United Kingdom
Tel. +44 1892501480, Email: procurementteam@tch.org.uk
Main Address: www.tchg.org.uk, Address of the buyer profile: www.tchg.org.uk
NUTS Code: UKJ4
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
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: Not provided
I.4) Type of the contracting authority
Other type:: Housing Association
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Bespoke Fire Surveys
Reference Number: Not provided
II.1.2) Main CPV Code:
75251110 - Fire-prevention services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Bespoke fire surveys carried out on our properties
II.1.5) Estimated total value:
Value excluding VAT: 1,750,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ4 Kent
II.2.4) Description of procurement: Single stage procurement with SQs being returned with tender documents. Tenderers are advised to ensure they meet the minimum experience and qualifications specified within Section 2 of the Invitation to Tender before completing any SQ or qualitative response. We intend to appoint a singular contractor for the surveys and the contract is not divided in to lots.
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: 1,750,000
Currency: 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: Two year extension upon satisfactory completion of the first three years.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
NEBOSH Fire Safety Certified
Qualified to issue EWS1 Certificates
Chartered Association of Building Engineers (CABE)
Institution of Fire Engineers (IFE)
Institute of Fire Safety Managers (IFSM)
Chartered or Incorporated Engineer with full membership of the Institution
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 05/08/2022 Time: 17:00
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 tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 08/08/2022
Time: 09:00
Place:
Electronically
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Kent:-Fire-prevention-services./V8DKGA4XFV
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V8DKGA4XFV
VI.4) Procedures for review
VI.4.1) Review body:
Town & Country Housing
Monson House - Monson Way, Tunbridge Wells, Kent, TN1 1LQ, United Kingdom
Tel. +44 1892501491, Email: daniel.bott@tch.org.uk
Internet address: www.tchg.org.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 01/07/2022
Annex A