Tender

Fire Detection Systems (Installation/Replacement/Removal)

  • Orbit Group Limited

F02: Contract notice

Notice identifier: 2024/S 000-036042

Procurement identifier (OCID): ocds-h6vhtk-0445a6

Published 7 November 2024, 11:16am



Section one: Contracting authority

one.1) Name and addresses

Orbit Group Limited

Garden Court, Harry Weston Road, Binley Business Park

Coventry

CV3 2SU

Contact

Ms Alison Barker

Email

Alison.Barker@orbit.org.uk

Country

United Kingdom

Region code

UKF - East Midlands (England)

Internet address(es)

Main address

http://www.orbit.org.uk

Buyer's address

http://www.orbit.org.uk

one.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=8b30c388-2d9c-ef11-8132-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=8b30c388-2d9c-ef11-8132-005056b64545

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 Detection Systems (Installation/Replacement/Removal)

Reference number

DN738329

two.1.2) Main CPV code

  • 45312100 - Fire-alarm system installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Orbit Group Limited is seeking to identify suitably capable suppliers for the provision of Fire Detection Systems (Installation/Replacement/Removal) works.

Specific work elements cover:

- System planning/design capabilities;

- Full product/equipment supply and installation (including removal of existing systems) of works for:

Conventional, addressable, analogue, and wireless fire alarm as well as category D (1 to 2), L (1 to 5), M and P (1 and 2) systems;

- Complete removal of system(s) (where this is identified through property safety audits).

- Testing and Commissioning services;

- Training and Documentation;

- Warranty works post-installation.

The procurement is to identify a maximum of three (3) contractors to provide the works within its residential and communal properties across its property portfolio within the following UK geographies:

Lot 1 - Single contractor supporting the Midlands Region

Lot 2 - Single contractor supporting the East Region

Lot 3 – Single Contractor supporting the South Region

On occasions the Contractors may be required to provide Works of the type covered by this procurement across multiple geographical operating regions in the event of peaks in demand or unforeseen circumstances. In order to support this, and to provide the necessary resilience, the Contractors are to have the capacity and reach to support this operating model.

two.1.5) Estimated total value

Value excluding VAT: £10,100,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Contractors can bid for all 3 Lots, however, they will not be awarded all if after Stage 2 ITT evaluation, they are the top placed Contractor against all 3 Lots. Contractors may however be allowed to win 2 of the Lots provided this is covering the South and East regions or Midlands and East regions. It will not be possible to win both the South and Midlands regions combined.

As part of the tender process the Contractor is to nominate their ‘preferred’ Lot/s.

two.2) Description

two.2.1) Title

Fire Detection Systems (Installation/Replacement/Removal) - Midlands Region

Lot No

1

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)

two.2.4) Description of the procurement

The provision of these services will relate to works carried out in all Orbit Group Limited's residential and communal properties across its portfolio based in the Midlands Region.

Potential Contractors must have the capability to fulfil the requirements of Fire Detection System works to Orbit's entire portfolio:

- Installation of systems

- Replacement of systems

- Removal of systems

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: £3,700,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

At the discretion of the Contracting Authority, the contract may be extended for a further 2 (two) x 12 months period.

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

Maximum number: 6

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

Fire Detection Systems (Installation/Replacement/Removal) - East Region

Lot No

2

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems

two.2.3) Place of performance

NUTS codes
  • UKH - East of England

two.2.4) Description of the procurement

The provision of these services will relate to works carried out in all Orbit Group Limited's residential and communal properties across its portfolio based in the East Region.

Potential Contractors must have the capability to fulfil the requirements of Fire Detection System works to Orbit's entire portfolio:

- Installation of systems

- Replacement of systems

- Removal of systems

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: £2,400,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

At the discretion of the Contracting Authority, the contract may be extended for a further 2 (two) x 12 months period.

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

Maximum number: 6

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

Fire Detection Systems (Installation/Replacement/Removal) - South Region

Lot No

3

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems

two.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)

two.2.4) Description of the procurement

The provision of these services will relate to works carried out in all Orbit Group Limited's residential and communal properties across its portfolio based in the South Region.

Potential Contractors must have the capability to fulfil the requirements of Fire Detection System works to Orbit's entire portfolio:

- Installation of systems

- Replacement of systems

- Removal of systems

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

24

This contract is subject to renewal

Yes

Description of renewals

At the discretion of the Contracting Authority, the contract may be extended for a further 2 (two) x 12 months period.

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

Maximum number: 6

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.1.2) 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


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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-007039

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 December 2024

Local time

12:00pm

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

13 January 2025

four.2.4) Languages in which tenders or requests to participate may be submitted

English


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.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

London

WC2A 2LL

Country

United Kingdom