Contract

Passive Fire Remedial Works

  • Optivo

F03: Contract award notice

Notice identifier: 2021/S 000-027523

Procurement identifier (OCID): ocds-h6vhtk-029bd8

Published 3 November 2021, 11:25am



Section one: Contracting authority

one.1) Name and addresses

Optivo

125 High Street

Croydon

CR0 9XP

Email

procurement@optivo.org.uk

Telephone

+44 8001216060

Country

United Kingdom

NUTS code

UKI62 - Croydon

Internet address(es)

Main address

http://www.optivo.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA8521

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

Passive Fire Remedial Works

Reference number

OP7077

two.1.2) Main CPV code

  • 45343100 - Fireproofing work

two.1.3) Type of contract

Works

two.1.4) Short description

The procurement is in relation to passive fire remedial works identified by fire safety risk assessments (FRA) across all regions of Optivo's housing stock. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £28,902,000

two.2) Description

two.2.1) Title

London Area 1

Lot No

1

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors
  • 45343100 - Fireproofing work
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

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

Refer to Annex 5 of the ITT for postcodes contained within this lot.

two.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within London Area 1. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

two.2.5) Award criteria

Quality criterion - Name: Contract Delivery and Resourcing / Weighting: 20%

Quality criterion - Name: Resident Focus / Weighting: 15%

Quality criterion - Name: Technology and Provision of Information / Weighting: 15%

Quality criterion - Name: Innovation & Efficiency / Weighting: 10%

Price - Weighting: 40%

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

London Area 2

Lot No

2

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors
  • 45343000 - Fire-prevention installation works
  • 45343100 - Fireproofing work
  • 45441000 - Glazing work

two.2.3) Place of performance

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

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

two.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within London Area 2. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

two.2.5) Award criteria

Quality criterion - Name: Contract Delivery & Resouring / Weighting: 20%

Quality criterion - Name: Technology & Provision of Information / Weighting: 15%

Quality criterion - Name: Resident Focus / Weighting: 15%

Quality criterion - Name: Innovation & Efficiency / Weighting: 10%

Price - Weighting: 40%

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

London Area 3

Lot No

3

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors
  • 45343100 - Fireproofing work
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

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

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

two.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within London Area 3. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

two.2.5) Award criteria

Quality criterion - Name: Resident Focus / Weighting: 15%

Quality criterion - Name: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion - Name: Technology & Provision of Information / Weighting: 15%

Quality criterion - Name: Innovation & Efficiency / Weighting: 10%

Price - Weighting: 40%

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

London Area 4

Lot No

4

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors
  • 45343100 - Fireproofing work
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

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

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

two.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within London Area 4. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

two.2.5) Award criteria

Quality criterion - Name: Resident Focus / Weighting: 15%

Quality criterion - Name: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion - Name: Technology & Provision of Information / Weighting: 15%

Quality criterion - Name: Innovation & Efficiency / Weighting: 10%

Price - Weighting: 40%

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

London Area 5

Lot No

5

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors
  • 45343100 - Fireproofing work
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

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

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

two.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within London Area 5. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

two.2.5) Award criteria

Quality criterion - Name: Resident Focus / Weighting: 15%

Quality criterion - Name: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion - Name: Technology & Provision of Information / Weighting: 15%

Quality criterion - Name: Innovation & Efficiency / Weighting: 10%

Price - Weighting: 40%

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

Midlands

Lot No

6

two.2.2) Additional CPV code(s)

  • 45343100 - Fireproofing work
  • 44221220 - Fire doors
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
  • UKF - East Midlands (England)
Main site or place of performance

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

two.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within the Midlands. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

two.2.5) Award criteria

Quality criterion - Name: Resident Focus / Weighting: 15%

Quality criterion - Name: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion - Name: Technology & Provision of Information / Weighting: 15%

Quality criterion - Name: Innovation & Efficiency / Weighting: 10%

Price - Weighting: 40%

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

Kent Area 1

Lot No

7

two.2.2) Additional CPV code(s)

  • 45343100 - Fireproofing work
  • 44221220 - Fire doors
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

two.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within Kent Area 1. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

two.2.5) Award criteria

Quality criterion - Name: Resident Focus / Weighting: 15%

Quality criterion - Name: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion - Name: Technology and Provision of Information / Weighting: 15%

Quality criterion - Name: Innovation & Efficiency / Weighting: 10%

Price - Weighting: 40%

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

Kent Area 2

Lot No

8

two.2.2) Additional CPV code(s)

  • 45343100 - Fireproofing work
  • 44221220 - Fire doors
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent
Main site or place of performance

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

two.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within Kent Area 2. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

two.2.5) Award criteria

Quality criterion - Name: Resident Focus / Weighting: 15%

Quality criterion - Name: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion - Name: Technology & Provision of Information / Weighting: 15%

Quality criterion - Name: Innovation & Efficiency / Weighting: 10%

Price - Weighting: 40%

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

Sussex Area 1

Lot No

9

two.2.2) Additional CPV code(s)

  • 45343100 - Fireproofing work
  • 44221220 - Fire doors
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

two.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within Sussex Area 1. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs.

two.2.5) Award criteria

Quality criterion - Name: Resident Focus / Weighting: 15%

Quality criterion - Name: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion - Name: Technology & Provision of Information / Weighting: 15%

Quality criterion - Name: Innovation & Efficiency / Weighting: 10%

Price - Weighting: 40%

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

Sussex Area 2

Lot No

10

two.2.2) Additional CPV code(s)

  • 45343100 - Fireproofing work
  • 44221220 - Fire doors
  • 45343000 - Fire-prevention installation works
  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
Main site or place of performance

Refer to Annex 5 of the Invitation to Tender for details of post codes contained within this area.

two.2.4) Description of the procurement

Passive fire remedial works as a result of FRA actions to properties owned and managed by Optivo within Sussex Area 2. The contract scope will include repairs, new installations and upgrades of compartmentation, fire stopping, fire doors, door closers, investigative/intrusive surveys and other building related works identified by FRAs

two.2.5) Award criteria

Quality criterion - Name: Resident Focus / Weighting: 15%

Quality criterion - Name: Contract Delivery & Resourcing / Weighting: 20%

Quality criterion - Name: Technology & Provision of Information / Weighting: 15%

Quality criterion - Name: Innovation & Efficiency / Weighting: 10%

Price - Weighting: 40%

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 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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-005223


Section five. Award of contract

Lot No

2

Title

London Area 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 October 2021

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 15

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 16

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

PiLON Ltd

The Columbia Centre, Station Road

BRACKNELL

RG12 1LP

Telephone

+44 1344206800

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,121,000


Section five. Award of contract

Lot No

1

Title

London Area 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 September 2021

five.2.2) Information about tenders

Number of tenders received: 19

Number of tenders received from SMEs: 18

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 19

Number of tenders received by electronic means: 19

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ABCA Systems LTD

Unit 24 Mylord Crescent, Camperdown Industrial Estate

Killingworth

NE125UJ

Telephone

+44 3331210999

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,081,000


Section five. Award of contract

Lot No

3

Title

London Area 3

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 September 2021

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 15

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 16

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Raam Construction Limited

Unit 8 Queensway

Enfield

EN3 4SB

Telephone

+44 7903877288

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,121,000


Section five. Award of contract

Lot No

4

Title

London Area 4

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 October 2021

five.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received from SMEs: 17

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 18

Number of tenders received by electronic means: 18

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Harmony Fire Ltd

Clark House

Sherborne

dt9 5eb

Telephone

+44 1963361250

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,642,000


Section five. Award of contract

Lot No

6

Title

Midlands

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 October 2021

five.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 12

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 13

Number of tenders received by electronic means: 13

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Neo Property Solutions Limited

Neo Court, Knowsthorpe Lane, Cross Green Ind Est

Leeds

LS9 0PF

Telephone

+44 8434554455

Country

United Kingdom

NUTS code
  • UKE - Yorkshire and the Humber
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,735,000


Section five. Award of contract

Lot No

7

Title

Kent Area 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 October 2021

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 15

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 16

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

PiLON Ltd

The Columbia Centre, Station Road

BRACKNELL

RG12 1LP

Telephone

+44 1344206800

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,760,000


Section five. Award of contract

Lot No

8

Title

Kent Area 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 September 2021

five.2.2) Information about tenders

Number of tenders received: 17

Number of tenders received from SMEs: 16

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 17

Number of tenders received by electronic means: 17

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ABCA Systems LTD

Unit 24 Mylord Crescent, Camperdown Industrial Estate

Killingworth

NE125UJ

Telephone

+44 3331210999

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,020,000


Section five. Award of contract

Lot No

9

Title

Sussex Area 1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 October 2021

five.2.2) Information about tenders

Number of tenders received: 12

Number of tenders received from SMEs: 11

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 12

Number of tenders received by electronic means: 12

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Ecosafe Heating LTD

Beech House, 28-30 Wimborne road

Poole

BH15 2BU

Telephone

+44 7584286947

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,880,000


Section five. Award of contract

Lot No

10

Title

Sussex Area 2

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 October 2021

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 10

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 10

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Harmony Fire Ltd

Clark House

Sherborne

DT9 5EB

Telephone

+44 1963361250

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £2,900,000


Section five. Award of contract

Lot No

5

Title

London Area 5

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 October 2021

five.2.2) Information about tenders

Number of tenders received: 18

Number of tenders received from SMEs: 17

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 18

Number of tenders received by electronic means: 18

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Checkmate Fire Solutions

The Second Floor, Rosemount House, Rosemount Estate, Huddersfield Road

Elland, West Yorkshire

HX5 0EE

Telephone

+44 7469082749

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £3,642,000


Section six. Complementary information

six.3) Additional information

(MT Ref:224373)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

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