Tender

Fire Safety Servicing and Maintenance

  • Onward Group Limited (acting on behalf of itself and any current or future subsidiaries)

F02: Contract notice

Notice identifier: 2021/S 000-008584

Procurement identifier (OCID): ocds-h6vhtk-02a8f9

Published 22 April 2021, 9:48am



Section one: Contracting authority

one.1) Name and addresses

Onward Group Limited (acting on behalf of itself and any current or future subsidiaries)

Renaissance Court, 2 Christie Way

Didsbury

M21 7QY

Contact

Lisa Kershaw

Email

Procurement@onward.co.uk

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

www.onward.co.uk

one.3) Communication

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

https://in-tendhost.co.uk/onwardhomes/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/onwardhomes/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

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

Fire Safety Servicing and Maintenance

Reference number

OG-P995

two.1.2) Main CPV code

  • 50324200 - Preventive maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Onward Group is seeking to appoint a suitably qualified, accredited, experienced organisation to provide fire safety maintenance services across the group to ensure they are complying with all current regulations, controlling risk, maintaining industry standards and provide professional expertise.The anticipated total value of the Contract is £1.2m Ex Vat per annum.The scope of the Contract is to provide statutory compliance visits, PPM / servicing, maintenance and reactive repairs for all fire related items such as Fire alarms, Emergency lighting, FFE Extinguishers and fire blankets, AOVs, Dry and wet risers, Sprinkler and water misters and DDA Compliant equipment in Onward Group’s stock profile to ensure we provide and maintain a high degree of fire safety for all our customers.The Contract will be let for two (2) years with the option to extend by two (2) period of one (1) year each, totalling four (4) years maximum.

two.1.5) Estimated total value

Value excluding VAT: £4,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50324200 - Preventive maintenance services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

two.2.4) Description of the procurement

Onward Group Ltd is one of the largest registered providers of social housing based solely in the North West of England with 35,000 homes across Merseyside, Lancashire, Greater Manchester and Cheshire. Onward is a not-for-profit organisation, committed to the regeneration and sustainability of the North West region, with a primary focus on making a positive difference in the communities we serve. Each region is further divided into a number of neighbourhoods, reflecting local boundaries. Onward are seeking to appoint a single, suitably qualified, accredited and experienced contractor to undertake fire safety servicing, maintenance and repairs to fire alarms and detection, emergency lighting and any other fire safety devices such as AOVs, Smoke Control, Sprinklers and FFE across the group in all regions.

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: £4,800,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract is eligible for two (2) 1 year extensions dependant on satisfactory performance during the initial term

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Contractors must evidence their organisation is Third Party Certified to an appropriate scheme by a UKAS accredited certification body such as BAFE, LPS or IFC

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Contractors holding relevant Third Party UKAS approved accreditation

three.2.2) Contract performance conditions

Under this contract the contractor and its supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to the recruitment and training and supply chain initiatives. Accordingly the contract performance conditions may relate in particular to social and environmental considerations

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: No

four.2) Administrative information

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

Date

26 May 2021

Local time

11:00am

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: 24 May 2022

four.2.7) Conditions for opening of tenders

Date

26 May 2021

Local time

11:03am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Under the Public Services (Social Value) Act 2012 the contracting authority must consider: (a) how what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and (b) how, in concluding the process of procurement, it might act with a view to securing that improvement. Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the contracting authority relating to economic, social and environmental well-being. These priorities are described in the procurement documents

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales, Royal Courts of Justice

The Strand

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales, Royal Courts of Justice

The Strand

London

WC1A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will observe a standstill period following the award of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

Didsbury

SW1A 2WS

Country

United Kingdom