Section one: Contracting authority
one.1) Name and addresses
Origin Housing
St Richards House, 110 Eversholt St
London
NW1 1BS
Contact
Procurement Team
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
Additional information can be obtained from another address:
Faithorn Farrell Timms LLP
Central Court, 1 Knoll Rise
Orpington
BR6 0JA
Contact
Procurement Team
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
Tenders or requests to participate must be submitted electronically via
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