Construction Tenders

22 May 2025

Related Information

Construction Contract Leads

North West

Category Services

Type

No. of Lots 1

Status Active

Published 7th Feb 2025

Tender Details
Referenceocds-h6vhtk-04dcde
Common Procurement VocabularyConstruction consultancy services
Procurement MethodOpen procedure
Value£2,000,000
More Tenders »

North West

Category Services

Type

No. of Lots 1

Status Active

Published 7th Feb 2025

Tender Details
Referenceocds-h6vhtk-04dcde
Common Procurement VocabularyConstruction consultancy services
Procurement MethodOpen procedure
Value£2,000,000

Section I: Contracting authority

I.1) Name and addresses

Your Housing Group

130 Birchwood Boulevard, Birchwood

Warrington

WA3 7QH

Contact

Andrea Waddington

Email

Andrea.Waddington [at] yourhousinggroup.co.uk

Telephone

+44 7458086135

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

www.yourhousinggroup.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA33473

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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

www.mytenders.co.uk

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

YHG Fire Engineering Consultancy Services

Reference number

PRO0744

II.1.2) Main CPV code

  • 71530000 - Construction consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

YHG require the services of a Fire Engineering Consultancy to provide third party advice and assurance in relation to fire and building safety. This includes carrying out external wall assessments (ESW1) and Fire Risk Appraisal of External Wall (FRAEW).

II.1.5) Estimated total value

Value excluding VAT: £2,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71530000 - Construction consultancy services

II.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

II.2.4) Description of the procurement

YHG require the services of a Fire Engineering Consultancy to provide third party advice and assurance in relation to fire and building safety. This includes carrying out external wall assessments (ESW1) and Fire Risk Appraisal of External Wall (FRAEW). Full details are in the ITT documents.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £2,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Intial period of 36 months, with two optional extensions of 12 months each.

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

Please refer to ITT documents.


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

Tenderers must hold relevant Fire Engineering Qualifications as detailed in the SQ.

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Tenderers must hold relevant Fire Engineering Qualifications as stated in the SQ.

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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

10 March 2025

Local time

12:00pm

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 months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

10 March 2025

Local time

12:00pm


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.3) Additional information

All information is contained in the ITT documentation.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233749.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:233749)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit