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
Country
United Kingdom
NUTS code
UKD - North West (England)
Internet address(es)
Main address
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