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 Notice

Planned Fire Safety and Fire Prevention Works Programme

  • First published: 20 October 2020
  • Last modified: 20 October 2020

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:
20 October 2020
Deadline date:
29 October 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The procurement is in relation to a planned programme of works to return various of the authority’s housing stock to compliance with current (and proposed) building regulations in respect of fire safety.

The appointed constructor will instruct their specialist architect/designer to conduct surveys and investigations of each block in order to prepare a detailed schedule of works for the authority’s approval. The constructor will then conduct second stage supply chain tenders against those packages of work in order to appoint the specialist(s) offering the best value for money option.

It is expected the works will be across three classifications:

Group A — Specialist works,

Group B — Typical remedial works recommended from fire risk assessments,

Group C — Discretionary planned works.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Optivo

125 High Street

Croydon

CR0 9XP

UK

Telephone: +44 8001216060

E-mail: procurement@optivo.org.uk

NUTS: UK

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.3) Communication

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

www.mytenders.org.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.mytenders.org.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

Planned Fire Safety and Fire Prevention Works Programme

Reference number: OP7125

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 a planned programme of works to return various of the authority’s housing stock to compliance with

current (and proposed) building regulations in respect of fire safety. The authority has commissioned a series of fire risk assessments and facade surveys to inform the condition of the stock and the remedial works necessary to return blocks found to be non-compliant to standard.

II.1.5) Estimated total value

Value excluding VAT: 120 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45343000

45343100

71220000

II.2.3) Place of performance

NUTS code:

UKJ2

UKJ4

UKI

UKF

UKG

II.2.4) Description of the procurement

The procurement is in relation to a planned programme of works to return various of the authority’s housing stock to compliance with current (and proposed) building regulations in respect of fire safety.

The appointed constructor will instruct their specialist architect/designer to conduct surveys and investigations of each block in order to prepare a detailed schedule of works for the authority’s approval. The constructor will then conduct second stage supply chain tenders against those packages of work in order to appoint the specialist(s) offering the best value for money option.

It is expected the works will be across three classifications:

Group A — Specialist works,

Group B — Typical remedial works recommended from fire risk assessments,

Group C — Discretionary planned works.

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: 120 000 000.00  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:

An initial term of 3 years from April 2021 extendable at the authority’s sole discretion in two further 2 year tranches to a maximum term of 7 years (3 + 2 + 2).

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

Applicants will be required to complete a selection questionnaire (‘SQ’) consistent with the Public Contracts Directive (2014/24/EU). The criteria for choosing the number of candidates will be set out in the SQ. The SQ is available from the website given at I.3) and must be returned by the date stipulated at section IV.2.2) to the address set out in the questionnaire.

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

List and brief description of selection criteria:

Applicants will be required to complete a selection questionnaire (‘SQ’) consistent with the Public Contracts Directive (2014/24/EU). The criteria for choosing the number of candidates will be set out in the SQ and information memorandum.


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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

Restricted procedure - Accelerated procedure

Justification:

Pursuant to the prior information notice published on 10 June 2020, the authority has elected and is eligible to apply the accelerated procedure. Many of the blocks subject to the procurement do not comply with current or proposed building regulations in respect of fire safety and are currently protected by a 24/7 waking watch.

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:

2020/S 111-270672

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

Date: 29/10/2020

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 16/11/2020

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 03/05/2021

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Note: to register your interest in this notice and obtain any additional information please visit the myTenders website at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=220436

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:220436)

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

13/10/2020

Coding

Commodity categories

ID Title Parent category
71220000 Architectural design services Architectural and related services
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
45343100 Fireproofing work Fire-prevention installation works

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.