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 Samantha Bishop
Country
United Kingdom
Region code
UKF - East Midlands (England)
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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=31191bf7-c16d-ee11-8124-005056b64545
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=31191bf7-c16d-ee11-8124-005056b64545
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 Risk Assessments
Reference number
DN695384
two.1.2) Main CPV code
- 71300000 - Engineering services
two.1.3) Type of contract
Services
two.1.4) Short description
Orbit Group Limited is seeking through this ‘Standard Selection Questionnaire’ to identify suitable capable suppliers to invite to ITT (Invitation to Tender) for the provision of Fire Risk Assessments.
The services required cover the provision of Fire Risk Assessments and Fire Safety Surveying, Engineering and Consultancy Services in compliance with the Regulatory Reform Order 2005, recognised ‘best practice’ and other relevant guidance, including PAS79. These works are detailed as follows:
• Type 1,2,3 and 4 Fire Risk Assessments
• FRAEWS (Fire Risk Appraisal of the External Wall)
• Review/produce Employer Fire Safety and Engineering project documents (retrospective fire strategies)
• Construction stage Fire Engineering Support if/when required
• Fire Engineering document review of Golden Thread BIM pilot project appertaining to 18mtr+ Buildings.
two.1.5) Estimated total value
Value excluding VAT: £2,100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 90711100 - Risk or hazard assessment other than for construction
two.2.3) Place of performance
NUTS codes
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKJ - South East (England)
two.2.4) Description of the procurement
Orbit Group Limited is seeking through this ‘Standard Selection Questionnaire’ to identify suitable capable suppliers to invite to ITT (Invitation to Tender) for the provision of Fire Risk Assessments.
The services required cover the provision of Fire Risk Assessments and Fire Safety Surveying, Engineering and Consultancy Services in compliance with the Regulatory Reform Order 2005, recognised ‘best practice’ and other relevant guidance, including PAS79. These works are detailed as follows:
• Type 1,2,3 and 4 Fire Risk Assessments
• FRAEWS (Fire Risk Appraisal of the External Wall)
• Review/produce Employer Fire Safety and Engineering project documents (retrospective fire strategies)
• Construction stage Fire Engineering Support if/when required
• Fire Engineering document review of Golden Thread BIM pilot project appertaining to 18mtr+ Buildings.
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: £2,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
Five (5) year initial contract term with the option to extend for a further one (1) year period.
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
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
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: 2023/S 000-030921
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 January 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
13 February 2024
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.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
London
WC2A 2LL
Country
United Kingdom