Tender

T1-6921 Origin Homes Fire Safety Maintenance Services Contract

  • Origin Housing

F02: Contract notice

Notice identifier: 2023/S 000-023308

Procurement identifier (OCID): ocds-h6vhtk-03ee74

Published 10 August 2023, 8:57am



Section one: Contracting authority

one.1) Name and addresses

Origin Housing

St Richards House, 110 Eversholt St

London

NW1 1BS

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.originhousing.org.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA12961

one.3) Communication

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

https://www.mytenders.co.uk

Additional information can be obtained from another address:

Faithorn Farrell Timms LLP

Central Court, 1 Knoll Rise

Orpington

BR6 0JA

Contact

Procurement Team

Email

procurement@effefftee.co.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

https://www.effefftee.co.uk

Tenders or requests to participate must be submitted electronically via

https://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

T1-6921 Origin Homes Fire Safety Maintenance Services Contract

two.1.2) Main CPV code

  • 50413200 - Repair and maintenance services of firefighting equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The contract is for the servicing, maintenance and repair of fire safety systems and equipment within properties owned and managed by Origin Housing. The estimated annual contract value is 1360000.00 GBP. This is segregated into Servicing and Maintenance (Repairs) - 560000.00 GBP and New Complete Installations - 800000.00 GBP. The figure for new installations is not a guaranteed repeated annual value. This value is likely to reduce and fluctuate annually over the duration of the contract. It is advised that Candidates consider this and provide a submission on the basis of the value provided for Servicing and Maintenance (Repairs) only.

two.1.5) Estimated total value

Value excluding VAT: £9,520,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

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

London and Hertfordshire

two.2.4) Description of the procurement

The services required by the contract, include but are not restricted to:

- Maintenance and Servicing of Fire Alarm Systems. This includes Dry Risers Maintenance, Automatic Opening Vents (AOV’s), Sprinkler Systems, Hard-Wired Smoke Detection, amongst others.

- Upgrading of Fire Alarm Systems and installations.

The estimated annual contract value of 1360000.00 GBP is segregated into Servicing and Maintenance - 560000.00 GBP and New Complete Installations - 800000.00 GBP Candidates are to note that the figure for new installations is not a guaranteed repeated annual value. This value is likely to reduce and fluctuate annually over the duration of the contract. It is advised that Candidates consider this and provide a submission on the basis of the value provided for Servicing and Maintenance (Repairs) only.

two.2.5) Award criteria

Quality criterion - Name: Technical submission / Weighting: 50

Quality criterion - Name: Interview / Weighting: 20

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £9,520,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

It is intended that the contract will run for a period of five years with the option for renewal, as decided by Origin, for an extension of up to a further two years, subject to satisfactory reviews. The maximum duration of the contract is therefore seven years. The contract value in this notice is therefore subject to review by Origin and is not guaranteed as this is based upon the maximum term.

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

Envisaged minimum number: 5

Maximum number: 7

Objective criteria for choosing the limited number of candidates:

It is envisaged that the client will invite a minimum of 5 Candidates and envisaged maximum of 7 Candidates, who will have achieved the highest score out of the maximum points available for the Request to Participate stage.

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.2.14) Additional information

The indicative value of the Contract is based upon the maximum term of seven years. It is therefore subject to review and not guaranteed.


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

As detailed within the Procurement Documents.

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.2.2) Contract performance conditions

As stated in the Procurement documents

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

Restricted 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

8 September 2023

Local time

12:00pm

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

18 October 2023

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

Duration in months: 6 (from the date stated for receipt of tender)


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=229541.

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:229541)

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

The Royal Courts of Justice, The Strand

London

W2 2LL

Country

United Kingdom

Internet address

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

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

The Royal Courts of Justice, The Strand

London

W2 2LL

Country

United Kingdom

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom