Tender

Smoke Control Systems (Automatic Opening Vents "AOVs") - Review/Installation/Replacement

  • Orbit Group Limited

F02: Contract notice

Notice identifier: 2024/S 000-039749

Procurement identifier (OCID): ocds-h6vhtk-04c601

Published 10 December 2024, 12:26pm



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/ProjectManagement/ProjectDashboard?projectId=19f15a2b-475a-ef11-812e-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/ProjectManagement/ProjectDashboard?projectId=19f15a2b-475a-ef11-812e-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

Smoke Control Systems (Automatic Opening Vents "AOVs") - Review/Installation/Replacement

Reference number

DN738349

two.1.2) Main CPV code

  • 45300000 - Building installation work

two.1.3) Type of contract

Works

two.1.4) Short description

The scope of the proposed procurement relates to Smoke Control Systems – Automatic Opening Vents (AOVs) and the Review, Installation and Replacement of such systems.

Specific work elements are to be broken down into 4 phases:

• Initial survey and report on existing systems

• Works to replace the existing system so as to meet to current standards, as far as is possible

without extensive structural implications or other extreme complexities.

o Any urgent structural works identified to ensure full compliance with current standards

and/or installation of additional smoke control elements to be considered on a case-by-case

basis.

• A full retrospective fire strategy review for each building will be conducted. Recommendations

following this review for structural works or other works to ensure full compliance with current

standards and/or installation of additional smoke control elements will be considered.

NOTE: Orbit will reserve the right to have this fire strategy review conducted by others if

deemed more appropriate.

• Structural works or remaining works to be conducted.

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: £6,000,000

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 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

Smoke Control Systems (Automatic Opening Vents "AOVs") - Review/Installation/Replacement (Midlands Region)

Lot No

1

two.2.2) Additional CPV code(s)

  • 45331210 - Ventilation installation work

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 Smoke Control System (Automatic Opening Vents "AOVs") works to Orbit's entire portfolio:

- Review of systems

- Installation of systems

- Replacement 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: £2,500,000

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.2.10) 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

Smoke Control Systems (Automatic Opening Vents "AOVs") - Review/Installation/Replacement (East Region)

Lot No

2

two.2.2) Additional CPV code(s)

  • 45331210 - Ventilation installation work

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 Smoke Control System (Automatic Opening Vents "AOVs") works to Orbit's entire portfolio:

- Review of systems

- Installation of systems

- Replacement 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: £2,500,000

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.2.10) 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

Smoke Control Systems (Automatic Opening Vents "AOVs") - Review/Installation/Replacement (South Region)

Lot No

3

two.2.2) Additional CPV code(s)

  • 45331210 - Ventilation installation work

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 Smoke Control System (Automatic Opening Vents "AOVs") works to Orbit's entire portfolio:

- Review of systems

- Installation of systems

- Replacement 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: £3,500,000

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.2.10) 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

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

Date

31 January 2025

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

31 January 2025

Local time

1:00pm


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