Construction Tenders

Fri May 03 2024

Related Information

Construction Contract Leads

North West

Category Works

Type

No. of Lots 2

Status Active

Published 22nd Apr 2024

Tender Details
Referenceocds-h6vhtk-045409
Common Procurement VocabularyFireproofing work
Procurement MethodOpen procedure
Value£5,000,000
« Previous Page

North West

Category Works

Type

No. of Lots 2

Status Active

Published 22nd Apr 2024

Tender Details
Referenceocds-h6vhtk-045409
Common Procurement VocabularyFireproofing work
Procurement MethodOpen procedure
Value£5,000,000

Section I: Contracting authority

I.1) Name and addresses

Onward Group Limited (acting on behalf of itself and any current or future subsidiaries)

Onward Group Limited (acting on behalf of itself and any current or future subsidiaries) Renaissance Court, 2 Christie Way, Didsbury

Manchester

M21 7QY

Contact

Alex Brady

Email

procurement [at] onward.co.uk

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

www.onward.co.uk

I.3) Communication

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

https://in-tendhost.co.uk/onwardhomes/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/onwardhomes/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://in-tendhost.co.uk/onwardhomes/aspx/Home

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Onward Fire Safety - Reactive and Passive Framework

Reference number

OG-P1232

II.1.2) Main CPV code

  • 45343100 - Fireproofing work

II.1.3) Type of contract

Works

II.1.4) Short description

Onward are seeking to appoint a framework of suitably qualified, accredited and experienced Contractors to undertake relevant fire works across the group (Lancashire, Greater Manchester and Merseyside).The framework will be divided into two lots, 1 (Reactive works) and 3 (Passive works)

II.1.5) Estimated total value

Value excluding VAT: £5,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Active Fire Works

Lot No

1

II.2.2) Additional CPV code(s)

  • 44480000 - Miscellaneous fire-protection equipment
  • 39525400 - Fire blankets
  • 44221220 - Fire doors

II.2.3) Place of performance

NUTS codes
  • UKD - North West (England)

II.2.4) Description of the procurement

Onward Group Ltd is one of the largest registered providers of social housing based solely in the North West of England with 35,000 homes across Merseyside, Lancashire, Greater Manchester and Cheshire. Onward is a not-for-profit organisation, committed to the regeneration and sustainability of the North West region, with a primary focus on making a positive difference in the communities we serve. Onward are looking to appoint suitably qualified, accredited and experienced contractors, to undertake the relevant reactive works that fall under fire protection services across the group, for all 3 regions. The estimated value of the contract is £200k - 250k per annum.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Duration in months

42

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Passive Fire Works

Lot No

3

II.2.2) Additional CPV code(s)

  • 75251110 - Fire-prevention services
  • 45343000 - Fire-prevention installation works
  • 44480000 - Miscellaneous fire-protection equipment
  • 45343100 - Fireproofing work

II.2.3) Place of performance

NUTS codes
  • UKD - North West (England)
Main site or place of performance

North West of England

II.2.4) Description of the procurement

Onward Group Ltd is one of the largest registered providers of social housing based solely in the North West of England with 35,000 homes across Merseyside, Lancashire, Greater Manchester and Cheshire. Onward is a not-for-profit organisation, committed to the regeneration and sustainability of the North West region, with a primary focus on making a positive difference in the communities we serve. Onward are looking to appoint suitably qualified, accredited and experienced contractors, to undertake the relevant passive works that fall under fire prevention services across the group, for all 3 regions. The estimated value of the contract is £500k - £1m per annum.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Duration in months

42

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Contractors should be able to demonstrate that they are capable of providing mechanical services of a consistently high standard. For further information on technical requirements, please see the procurement documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Under this contract the contractor and it's supply chain will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment, training and supply chain initiatives. Accordingly the contract performance conditions may relate in particular to social and environmental considerations.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 5

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date

22 May 2024

Local time

12:01pm

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

English

IV.2.7) Conditions for opening of tenders

Date

22 May 2024

Local time

12:01pm

Place

In-Tend Portal


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Under the Public Services (Social Value) Act 2012 the contracting authority must consider: a) how what is being processed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and b) how, in conducting the process of procurement, it might act with a view to securing that improvement. Accordingly, the subject matter f the contract has been scoped to take into account the priorities of the contract authority relating to economic, social and environmental well-being. These priorities are described in the procurement documents

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

Royal Court of Justice, London

London

WC1A 2LL

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

High Court of England and Wales

Royal Court of Justice, London

London

WC1A 2LL

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

As per procurement timetable within the ITT document

VI.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

Cabinet Office, London

London

SW1A 2AS

Country

United Kingdom