Awarded contract

Planned Fire Safety and Fire Prevention Works Programme

  • Optivo

F03: Contract award notice

Notice reference: 2021/S 000-006210

Published 26 March 2021, 12:48pm



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

UK - United Kingdom

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.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

Planned Fire Safety and Fire Prevention Works Programme

Reference number

OP7125

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 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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £120,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 45343000 - Fire-prevention installation works
  • 45343100 - Fireproofing work
  • 71220000 - Architectural design services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ4 - Kent
  • UKI - London
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)

two.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

two.2.5) Award criteria

Quality criterion - Name: Project Delivery / Weighting: 30 marks

Quality criterion - Name: Partnering Team / Weighting: 15 marks

Quality criterion - Name: Sustainability / Weighting: 10 marks

Quality criterion - Name: Resident Involvement / Weighting: 27.5 marks

Quality criterion - Name: Supply Chain Tendering / Weighting: 40 marks

Quality criterion - Name: Quality Management / Weighting: 30 marks

Quality criterion - Name: Risk Management / Weighting: 10 marks

Quality criterion - Name: Social Value / Weighting: 5 marks

Quality criterion - Name: Health & Safety / Weighting: 5 marks

Quality criterion - Name: ICT / Weighting: 27.5 marks

Price - Weighting: 200 marks

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

Accelerated procedure

Justification:

Pursuant to the Prior Information Notice published on 10th 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.

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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 202-492021


Section five. Award of contract

Contract No

OP7125

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 March 2021

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

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

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

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

five.2.3) Name and address of the contractor

ENGIE Regeneration Limited

Titan Court, 3 Bishops Square, Hatfield

Hertfordshire

AL10 9NE

Telephone

+44 1992650333

Fax

+44 1992650999

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £120,000,000


Section six. Complementary information

six.3) Additional information

(MT Ref:222381)

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