Opportunity

Passive Fire Remedial Works

  • Optivo

F02: Contract notice

Notice reference: 2021/S 000-001861

Published 29 January 2021, 3:08pm



Section one: Contracting authority

one.1) Name and addresses

Optivo

125 High Street

Croydon

CR0 9XP

Email

procurement@optivo.org.uk

Telephone

+44 8001216060

Country

United Kingdom

NUTS code

UKI62 - Croydon

Internet address(es)

Main address

http://www.optivo.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA8521

one.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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Passive Fire Remedial Works

Reference number

OP7077

two.1.2) Main CPV code

  • 45343100 - Fireproofing work

two.1.3) Type of contract

Works

two.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.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
2

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

London Area 1

Lot No

1

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors
  • 45343100 - Fireproofing work
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON
Main site or place of performance

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

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,600,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Option to extend by a maximum of two years at the Client's sole discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

London Area 3

Lot No

3

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors
  • 45343100 - Fireproofing work
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON
Main site or place of performance

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

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £7,900,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Option to extend by a maximum of two years at the Client's sole discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

London Area 2

Lot No

2

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors
  • 45343000 - Fire-prevention installation works
  • 45343100 - Fireproofing work
  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKI - LONDON
Main site or place of performance

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

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £8,700,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Option to extend by a maximum of two years at the Client's sole discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Kent

Lot No

4

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors
  • 45343100 - Fireproofing work
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

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

two.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. 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £7,900,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Option to extend by a maximum of two years at the Client's sole discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Sussex

Lot No

5

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors
  • 45343100 - Fireproofing work
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

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

two.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. 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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £7,900,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Option to extend by a maximum of two years at the Client's sole discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Midlands

Lot No

6

two.2.2) Additional CPV code(s)

  • 45343100 - Fireproofing work
  • 44221220 - Fire doors
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKF - EAST MIDLANDS (ENGLAND)
Main site or place of performance

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

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Option to extend by a maximum of two years at the Client's sole discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

3 March 2021

Local time

10:00am

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

English

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

Tender must be valid until: 6 September 2021

four.2.7) Conditions for opening of tenders

Date

3 March 2021

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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=221830.

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:221830)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

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