Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Orbit Group Limited
Garden Court, Harry Weston Road, Binley Business Park
Coventry
CV3 2SU
UK
Contact person: Ms Samantha Bishop
E-mail: samantha.bishop@orbit.org.uk
NUTS: UKF
Internet address(es)
Main address: http://www.orbit.org.uk
Address of the buyer profile: http://www.orbit.org.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Advert/Index?advertId=31191bf7-c16d-ee11-8124-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=31191bf7-c16d-ee11-8124-005056b64545
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
Fire Risk Assessments
Reference number: DN695384
II.1.2) Main CPV code
71300000
II.1.3) Type of contract
Services
II.1.4) Short description
Orbit Group Limited is seeking through this ‘Standard Selection Questionnaire’ to identify suitable capable suppliers to invite to ITT (Invitation to Tender) for the provision of Fire Risk Assessments.
The services required cover the provision of Fire Risk Assessments and Fire Safety Surveying, Engineering and Consultancy Services in compliance with the Regulatory Reform Order 2005, recognised ‘best practice’ and other relevant guidance, including PAS79. These works are detailed as follows:
• Type 1,2,3 and 4 Fire Risk Assessments
• FRAEWS (Fire Risk Appraisal of the External Wall)
• Review/produce Employer Fire Safety and Engineering project documents (retrospective fire strategies)
• Construction stage Fire Engineering Support if/when required
• Fire Engineering document review of Golden Thread BIM pilot project appertaining to 18mtr+ Buildings.
II.1.5) Estimated total value
Value excluding VAT:
2 100 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
90711100
II.2.3) Place of performance
NUTS code:
UKF
UKG
UKH
UKJ
II.2.4) Description of the procurement
Orbit Group Limited is seeking through this ‘Standard Selection Questionnaire’ to identify suitable capable suppliers to invite to ITT (Invitation to Tender) for the provision of Fire Risk Assessments.
The services required cover the provision of Fire Risk Assessments and Fire Safety Surveying, Engineering and Consultancy Services in compliance with the Regulatory Reform Order 2005, recognised ‘best practice’ and other relevant guidance, including PAS79. These works are detailed as follows:
• Type 1,2,3 and 4 Fire Risk Assessments
• FRAEWS (Fire Risk Appraisal of the External Wall)
• Review/produce Employer Fire Safety and Engineering project documents (retrospective fire strategies)
• Construction stage Fire Engineering Support if/when required
• Fire Engineering document review of Golden Thread BIM pilot project appertaining to 18mtr+ Buildings.
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:
2 100 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals:
Five (5) year initial contract term with the option to extend for a further one (1) year period.
II.2.9) Information about the limits on the number of candidates to be invited
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
Participation is reserved to a particular profession: Yes
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about 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
Notice number in the OJ S:
2023/S 000-030921
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/01/2024
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
13/02/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
The Royal Court of Justice
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
14/12/2023