Tender

Fire Risk Assessments

  • Orbit Group Limited

F02: Contract notice

Notice identifier: 2023/S 000-036790

Procurement identifier (OCID): ocds-h6vhtk-040d6f

Published 14 December 2023, 12:45pm



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

Email

samantha.bishop@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.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