Tender

Onward Fire Safety Remedial Actions Framework

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

F02: Contract notice

Notice identifier: 2023/S 000-025183

Procurement identifier (OCID): ocds-h6vhtk-03f742

Published 25 August 2023, 4:41pm



Section one: Contracting authority

one.1) Name and addresses

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

Onward Group Limited (acting on behalf of itself and any current or future subsidiaries) Renaissance Court, 2 Christis Way, Didsbury

Manchester

Contact

Alex Brady

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

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

Onward Fire Safety Remedial Actions Framework

Reference number

OG-P1213

two.1.2) Main CPV code

  • 45312100 - Fire-alarm system installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Onward are seeking to appoint multiple suitably qualified, accredited and experienced contractors to undertake the relevant maintenance and installation works for commercial, complex and leasehold schemes across the group for all 3 regions, under a framework agreement. The contract will be for a period of 4 yearsThe total annual value of the framework is approximately £3 - 5m across all lots. There is no guarantee of any given volume or value of work.The buildings included within the contract comprise of residential, sheltered housing schemes classified internally as complex, commercial office spaces, industrial storage facilities and leasehold stock.The scope of the framework includes reactive, active and passive fire safety works, additionally there will be fire safety surveys.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
6

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Lot 1 - Reactive works

Lot No

1

two.2.2) Additional CPV code(s)

  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

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. Onward are looking to appoint suitably qualified, accredited and experienced contractors, to undertake the relevant reactive works that fall under fire protection services across the group, for all 3 regions. The contract will be let for a period of four (4) years. The estimated value of the contract is £200k - 250k per annum.

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: £1,000,000

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: 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) Description

two.2.1) Title

Lot 2 - Active works

Lot No

2

two.2.2) Additional CPV code(s)

  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

North West of 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. Onward are looking to appoint suitably qualified, accredited and experienced contractors, to undertake the relevant active works that fall under fire prevention services across the group, for all 3 regions. The contract will be let for a period of four (4) years. The estimated value of the contract is £312k - £800k per annum.

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: £3,200,000

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: 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) Description

two.2.1) Title

Lot 3 - Passive works

Lot No

3

two.2.2) Additional CPV code(s)

  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

North West of 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. Onward are looking to appoint suitably qualified, accredited and experienced contractors, to undertake the relevant passive works that fall under fire prevention services across the group, for all 3 regions. The contract will be let for a period of four (4) years. The estimated value of the contract is £500k - £1m per annum.

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: £3,000,000

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: 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) Description

two.2.1) Title

Lot 4 - Fire Doors

Lot No

4

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

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. Onward are looking to appoint suitably qualified, accredited and experienced contractors, to undertake the installation of fire door sets and refurbishment of existing doors across the group, for all 3 regions. The contract will be let for a period of four (4) years. The estimated value of the contract is £500k - £1m per annum.

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: £4,000,000

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: Yes

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) Description

two.2.1) Title

Lot 5 - Surveys

Lot No

5

two.2.2) Additional CPV code(s)

  • 71315400 - Building-inspection services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

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. Onward are looking to appoint suitably qualified, accredited and experienced contractors, to undertake the relevant surveys as required, that fall under fire prevention services across the group, for all 3 regions. The contract will be let for a period of four (4) years. The estimated value of the contract is £235k - £250k per annum.

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: £1,000,000

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: 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) Description

two.2.1) Title

Lot 6 - Complex works

Lot No

6

two.2.2) Additional CPV code(s)

  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

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. Onward are looking to appoint suitably qualified, accredited and experienced contractors, to undertake the relevant complex works that fall under fire prevention services across the group, for all 3 regions. The contract will be let for a period of four (4) years. The estimated value of the contract is £1m - £1.7m per annum.These works will be a combination of active and passive fire prevention services, potentially within complex buildings that may be listed for example.

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: £6,800,000

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: 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 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 should be able to demonstrate that they are capable of providing mechanical services of a consistently high standard. This would be demonstrated by: NICEIC - Registration required. Gas Safe - Registration required. Watermark Approved Contractor Scheme - Registration required (or equivalent Water Regulations compliance scheme membership). ISO 9001, ISO 14001 and ISO 18001 Quality systems certification or equivalent required to be held. Health and Safety SSIP accreditations or equivalent

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

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 8

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

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

28 September 2023

Local time

12:02pm

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: 28 March 2024

four.2.7) Conditions for opening of tenders

Date

28 September 2023

Local time

12:02pm


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 being processed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and b) how, in conducting the process of procurement, it might act with a view to securing that improvement. Accordingly, the subject matter f the contract has been scoped to take into account the priorities of the contract 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 Court of Justice, London, WC1A 2LL

London

WC1A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Court of Justice, London, WC1A 2LL

London

WC1A 2LL

Country

United Kingdom

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

Cabinet Office

Cabinet Office, London, SW1A 2AS

London

SW1A 2AS

Country

United Kingdom