Procurement Strategy for the Supply of Fire Doorsets And Installation
August 14, 2023 Executive Director Supporting Communities (Officer) Approved View on council websiteThis summary is generated by AI from the council’s published record and supporting documents. Check the full council record and source link before relying on it.
Summary
...to approve the procurement strategy for the supply and installation of certified fire doorsets, valued at £4,217,372 for an 18-month contract, and to proceed to the contract award stage.
Full council record
Purpose
This report seeks approval for the procurement strategy for a
fire-safety related tender; for the Supply and Installation of
Certified Fire Doorsets at an estimated value of up to
£4,217,372 for a contract period of 18
months.
The contract has been revalued as a result of changes to the
outstanding workload (Fire Risk Assessment
Actions). We are front loading the programme and
including some fire doors in packets that are mobilising shortly
therefore the number of fire doors that needs to be replaced has
changed.
The reason for the urgency of the service is because there are a
large number of fire risk assessment actions which recommend that a
fire rated door is required to be installed at Camden properties.
We have to address these actions urgently to ensure that the safety
of our residents is improved.
The Council has a duty under the Regulatory Reform (Fire Safety)
Order 2005 to undertake inspections on a regular basis to ensure
that its properties meet the relevant health and safety and fire
regulation requirements. These procurement exercises will support
the delivery mechanism(s) that were agreed by Cabinet on the 19th
July 2019, which is to deliver construction and property-related
services to residential and non-residential properties, thus
ensuring fire safety-related works meet and exceed the minimum
standards.
The proposed procurement route for the Supply and Installation
of Certified Fire Doorsets is to let a framework which will have a
maximum of 3 contractors. The award of call-off
contracts will be undertaken based on a rotation of the contractors
and will be subject to them meeting Key Performance Indicators and
having adequate resources in place. The framework will be procured
via a competitive tender to a closed tender list of 6
contractors.
The Public Contracts Regulations 2015 will not apply to this
works contract as the estimated contract value is below the
threshold for works contracts (£5,336,937 incl VAT).
The original budget allocated is £4.9m, however the
framework will be restricted to not more than £4,217,372 in
order to allow approval of the procurement strategy by the
Executive Director of Supporting Communities in consultation with
the Cabinet Member for Better Homes, rather than Cabinet, in order
to expedite the procurement process, given the urgency of the
works.
Content
THAT the Executive Director of Supporting Communities in
consultation with the Cabinet Member for Better Homes:
1. Approves the
procurement strategy, which includes a price/quality split of 60%
price and 40% quality and a contract term of 18 months with an
estimated value of £4,217,372.
2. Agrees that
the project proceeds to the contract award stage with the
recommendation for contract award.
Supporting Documents
Details
| Outcome | Recommendations Approved |
| Decision date | 14 Aug 2023 |