Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Passive Fire Remedial Works

  • First published: 04 November 2021
  • Last modified: 04 November 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Optivo
Authority ID:
AA62349
Publication date:
04 November 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within London Area 1. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Optivo

125 High Street

Croydon

CR0 9XP

UK

Telephone: +44 8001216060

E-mail: procurement@optivo.org.uk

NUTS: UKI62

Internet address(es)

Main address: http://www.optivo.org.uk

Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA8521

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

Passive Fire Remedial Works

Reference number: OP7077

II.1.2) Main CPV code

45343100

 

II.1.3) Type of contract

Works

II.1.4) Short description

The procurement is in relation to passive fire remedial works identified by fire safety risk assessments (FRA) across all regions of Optivo's housing stock. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 28 902 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

London Area 1

II.2.2) Additional CPV code(s)

44221220

45343100

45343000

45441000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

Refer to Annex 5 of the ITT for postcodes contained within this lot.

II.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within London Area 1. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

II.2.5) Award criteria

Quality criterion: Contract Delivery and Resourcing / Weighting: 20%

Quality criterion: Resident Focus / Weighting: 15%

Quality criterion: Technology and Provision of Information / Weighting: 15%

Quality criterion: Innovation & Efficiency / Weighting: 10%

Price / Weighting:  40%

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

Lot No: 2

II.2.1) Title

London Area 2

II.2.2) Additional CPV code(s)

44221220

45343000

45343100

45441000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

II.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within London Area 2. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

II.2.5) Award criteria

Quality criterion: Contract Delivery & Resouring / Weighting: 20%

Quality criterion: Technology & Provision of Information / Weighting: 15%

Quality criterion: Resident Focus / Weighting: 15%

Quality criterion: Innovation & Efficiency / Weighting: 10%

Price / Weighting:  40%

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

Lot No: 3

II.2.1) Title

London Area 3

II.2.2) Additional CPV code(s)

44221220

45343100

45343000

45441000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

II.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within London Area 3. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

II.2.5) Award criteria

Quality criterion: Resident Focus / Weighting: 15%

Quality criterion: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion: Technology & Provision of Information / Weighting: 15%

Quality criterion: Innovation & Efficiency / Weighting: 10%

Price / Weighting:  40%

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

Lot No: 4

II.2.1) Title

London Area 4

II.2.2) Additional CPV code(s)

44221220

45343100

45343000

45441000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

II.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within London Area 4. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

II.2.5) Award criteria

Quality criterion: Resident Focus / Weighting: 15%

Quality criterion: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion: Technology & Provision of Information / Weighting: 15%

Quality criterion: Innovation & Efficiency / Weighting: 10%

Price / Weighting:  40%

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

Lot No: 5

II.2.1) Title

London Area 5

II.2.2) Additional CPV code(s)

44221220

45343100

45343000

45441000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

II.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within London Area 5. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

II.2.5) Award criteria

Quality criterion: Resident Focus / Weighting: 15%

Quality criterion: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion: Technology & Provision of Information / Weighting: 15%

Quality criterion: Innovation & Efficiency / Weighting: 10%

Price / Weighting:  40%

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

Lot No: 6

II.2.1) Title

Midlands

II.2.2) Additional CPV code(s)

45343100

44221220

45343000

45441000

II.2.3) Place of performance

NUTS code:

UKG

UKF


Main site or place of performance:

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

II.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within the Midlands. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

II.2.5) Award criteria

Quality criterion: Resident Focus / Weighting: 15%

Quality criterion: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion: Technology & Provision of Information / Weighting: 15%

Quality criterion: Innovation & Efficiency / Weighting: 10%

Price / Weighting:  40%

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

Lot No: 7

II.2.1) Title

Kent Area 1

II.2.2) Additional CPV code(s)

45343100

44221220

45343000

45441000

II.2.3) Place of performance

NUTS code:

UKJ4


Main site or place of performance:

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

II.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within Kent Area 1. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

II.2.5) Award criteria

Quality criterion: Resident Focus / Weighting: 15%

Quality criterion: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion: Technology and Provision of Information / Weighting: 15%

Quality criterion: Innovation & Efficiency / Weighting: 10%

Price / Weighting:  40%

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

Lot No: 8

II.2.1) Title

Kent Area 2

II.2.2) Additional CPV code(s)

45343100

44221220

45343000

45441000

II.2.3) Place of performance

NUTS code:

UKJ4


Main site or place of performance:

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

II.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within Kent Area 2. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

II.2.5) Award criteria

Quality criterion: Resident Focus / Weighting: 15%

Quality criterion: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion: Technology & Provision of Information / Weighting: 15%

Quality criterion: Innovation & Efficiency / Weighting: 10%

Price / Weighting:  40%

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

Lot No: 9

II.2.1) Title

Sussex Area 1

II.2.2) Additional CPV code(s)

45343100

44221220

45343000

45441000

II.2.3) Place of performance

NUTS code:

UKJ2


Main site or place of performance:

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

II.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within Sussex Area 1. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

II.2.5) Award criteria

Quality criterion: Resident Focus / Weighting: 15%

Quality criterion: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion: Technology & Provision of Information / Weighting: 15%

Quality criterion: Innovation & Efficiency / Weighting: 10%

Price / Weighting:  40%

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

Lot No: 10

II.2.1) Title

Sussex Area 2

II.2.2) Additional CPV code(s)

45343100

44221220

45343000

45441000

II.2.3) Place of performance

NUTS code:

UKJ2


Main site or place of performance:

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

II.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within Sussex Area 2. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs

II.2.5) Award criteria

Quality criterion: Resident Focus / Weighting: 15%

Quality criterion: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion: Technology & Provision of Information / Weighting: 15%

Quality criterion: Innovation & Efficiency / Weighting: 10%

Price / Weighting:  40%

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open 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:

2021/S 000-005223

Section V: Award of contract

Lot No: 1

Title: London Area 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/09/2021

V.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 18

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 19

Number of tenders received by electronic means: 19

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

ABCA Systems LTD

Unit 24 Mylord Crescent, Camperdown Industrial Estate

Killingworth

NE125UJ

UK

Telephone: +44 3331210999

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 081 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: London Area 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/10/2021

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 15

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 16

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

PiLON Ltd

The Columbia Centre, Station Road

BRACKNELL

RG12 1LP

UK

Telephone: +44 1344206800

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 3 121 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: London Area 3

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/09/2021

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 15

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 16

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Raam Construction Limited

Unit 8 Queensway

Enfield

EN3 4SB

UK

Telephone: +44 7903877288

NUTS: UKI

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 3 121 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 4

Title: London Area 4

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/10/2021

V.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received from SMEs: 17

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 18

Number of tenders received by electronic means: 18

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Harmony Fire Ltd

Clark House

Sherborne

dt9 5eb

UK

Telephone: +44 1963361250

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 3 642 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 5

Title: London Area 5

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

19/10/2021

V.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received from SMEs: 17

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 18

Number of tenders received by electronic means: 18

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Checkmate Fire Solutions

The Second Floor, Rosemount House, Rosemount Estate, Huddersfield Road

Elland, West Yorkshire

HX5 0EE

UK

Telephone: +44 7469082749

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 3 642 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 6

Title: Midlands

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/10/2021

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 12

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 13

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Neo Property Solutions Limited

Neo Court, Knowsthorpe Lane, Cross Green Ind Est

Leeds

LS9 0PF

UK

Telephone: +44 8434554455

NUTS: UKE

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1 735 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 7

Title: Kent Area 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/10/2021

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 15

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 16

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

PiLON Ltd

The Columbia Centre, Station Road

BRACKNELL

RG12 1LP

UK

Telephone: +44 1344206800

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 760 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 8

Title: Kent Area 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/09/2021

V.2.2) Information about tenders

Number of tenders received: 17

Number of tenders received from SMEs: 16

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 17

Number of tenders received by electronic means: 17

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

ABCA Systems LTD

Unit 24 Mylord Crescent, Camperdown Industrial Estate

Killingworth

NE125UJ

UK

Telephone: +44 3331210999

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 3 020 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 9

Title: Sussex Area 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

05/10/2021

V.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 11

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 12

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Ecosafe Heating LTD

Beech House, 28-30 Wimborne road

Poole

BH15 2BU

UK

Telephone: +44 7584286947

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 880 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 10

Title: Sussex Area 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

19/10/2021

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 10

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 10

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Harmony Fire Ltd

Clark House

Sherborne

DT9 5EB

UK

Telephone: +44 1963361250

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 2 900 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

(MT Ref:224373)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

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

VI.5) Date of dispatch of this notice

03/11/2021

Coding

Commodity categories

ID Title Parent category
44221220 Fire doors Windows, doors and related items
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
45343100 Fireproofing work Fire-prevention installation works
45441000 Glazing work Painting and glazing work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@optivo.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.