Award

Planned Fire Safety and Fire Prevention Works Programme

OPTIVO

This public procurement record has 1 release in its history.

Award

26 Mar 2021 at 12:48

Summary of the contracting process

Optivo is conducting a procurement process titled "Planned Fire Safety and Fire Prevention Works Programme," focusing on works to enhance fire safety compliance in housing stock across the UK. The tender is currently complete, with a total contract value of £120 million, awarded to ENGIE Regeneration Limited. This procurement falls under the classification of "Fireproofing work" and is part of a structured, selective tendering method. The initiation date for this tender was on March 16, 2021, after the Authority's preliminary fire risk assessments indicated the need for urgent remedial action.

This tender presents significant opportunities for businesses specialising in fire safety and construction services, particularly companies adept in fireproofing and architectural design. Given that the procurement aims to comply with updated Building Regulations, businesses with expertise in risk management, sustainability, and resident involvement will have a competitive advantage. The scale of the project and the total budget make it an attractive venture for larger organisations that can demonstrate a robust supply chain and quality management capabilities.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Planned Fire Safety and Fire Prevention Works Programme

Notice Description

The Procurement is in relation to a planned programme of works to return various of the Authority's housing stock to compliance with current (and proposed) Building Regulations in respect of fire safety. The Authority has commissioned a series of Fire Risk Assessments and facade surveys to inform the condition of the stock and the remedial works necessary to return blocks found to be non-compliant to standard.

Lot Information

Lot 1

The Procurement is in relation to a planned programme of works to return various of the Authority's housing stock to compliance with current (and proposed) Building Regulations in respect of fire safety. The appointed Constructor will instruct their specialist architect / designer to conduct surveys and investigations of each block in order to prepare a detailed schedule of works for the Authority's approval. The Constructor will then conduct second stage supply chain tenders against those packages of work in order to appoint the specialist(s) offering the best value for money option. It is expected the Works will be across three classifications: Group A - Specialist works Group B - Typical Remedial Works recommended from Fire Risk Assessments Group C - Discretionary Planned Works

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-029fb4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/006210-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45343000 - Fire-prevention installation works

45343100 - Fireproofing work

71220000 - Architectural design services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£120,000,000 £100M-£1B

Notice Dates

Publication Date
26 Mar 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
16 Mar 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
OPTIVO
Contact Name
Not specified
Contact Email
procurement@optivo.org.uk
Contact Phone
+44 8001216060

Buyer Location

Locality
CROYDON
Postcode
CR0 9XP
Post Town
Croydon
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI6 Outer London - South
Small Region (ITL 3)
TLI62 Croydon
Delivery Location
TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ2 Surrey, East and West Sussex, TLJ4 Kent

Local Authority
Croydon
Electoral Ward
Fairfield
Westminster Constituency
Croydon West

Supplier Information

Number of Suppliers
1
Supplier Name

ENGIE REGENERATION

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-029fb4-2021-03-26T12:48:02Z",
    "date": "2021-03-26T12:48:02Z",
    "ocid": "ocds-h6vhtk-029fb4",
    "description": "(MT Ref:222381)",
    "initiationType": "tender",
    "tender": {
        "id": "OP7125",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Planned Fire Safety and Fire Prevention Works Programme",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45343100",
            "description": "Fireproofing work"
        },
        "mainProcurementCategory": "works",
        "description": "The Procurement is in relation to a planned programme of works to return various of the Authority's housing stock to compliance with current (and proposed) Building Regulations in respect of fire safety. The Authority has commissioned a series of Fire Risk Assessments and facade surveys to inform the condition of the stock and the remedial works necessary to return blocks found to be non-compliant to standard.",
        "lots": [
            {
                "id": "1",
                "description": "The Procurement is in relation to a planned programme of works to return various of the Authority's housing stock to compliance with current (and proposed) Building Regulations in respect of fire safety. The appointed Constructor will instruct their specialist architect / designer to conduct surveys and investigations of each block in order to prepare a detailed schedule of works for the Authority's approval. The Constructor will then conduct second stage supply chain tenders against those packages of work in order to appoint the specialist(s) offering the best value for money option. It is expected the Works will be across three classifications: Group A - Specialist works Group B - Typical Remedial Works recommended from Fire Risk Assessments Group C - Discretionary Planned Works",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Project Delivery",
                            "type": "quality",
                            "description": "30 marks"
                        },
                        {
                            "name": "Partnering Team",
                            "type": "quality",
                            "description": "15 marks"
                        },
                        {
                            "name": "Sustainability",
                            "type": "quality",
                            "description": "10 marks"
                        },
                        {
                            "name": "Resident Involvement",
                            "type": "quality",
                            "description": "27.5 marks"
                        },
                        {
                            "name": "Supply Chain Tendering",
                            "type": "quality",
                            "description": "40 marks"
                        },
                        {
                            "name": "Quality Management",
                            "type": "quality",
                            "description": "30 marks"
                        },
                        {
                            "name": "Risk Management",
                            "type": "quality",
                            "description": "10 marks"
                        },
                        {
                            "name": "Social Value",
                            "type": "quality",
                            "description": "5 marks"
                        },
                        {
                            "name": "Health & Safety",
                            "type": "quality",
                            "description": "5 marks"
                        },
                        {
                            "name": "ICT",
                            "type": "quality",
                            "description": "27.5 marks"
                        },
                        {
                            "type": "price",
                            "description": "200 marks"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45343000",
                        "description": "Fire-prevention installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343100",
                        "description": "Fireproofing work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71220000",
                        "description": "Architectural design services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ2"
                    },
                    {
                        "region": "UKJ4"
                    },
                    {
                        "region": "UKI"
                    },
                    {
                        "region": "UKF"
                    },
                    {
                        "region": "UKG"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "Pursuant to the Prior Information Notice published on 10th June 2020, the Authority has elected and is eligible to apply the Accelerated Procedure. Many of the blocks subject to the Procurement do not comply with current or proposed Building Regulations in respect of fire safety and are currently protected by a 24/7 Waking Watch."
        },
        "coveredBy": [
            "GPA"
        ]
    },
    "awards": [
        {
            "id": "006210-2021-OP7125-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-10304",
                    "name": "ENGIE Regeneration Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-3704",
            "name": "Optivo",
            "identifier": {
                "legalName": "Optivo"
            },
            "address": {
                "streetAddress": "125 High Street",
                "locality": "Croydon",
                "region": "UK",
                "postalCode": "CR0 9XP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 8001216060",
                "email": "procurement@optivo.org.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.optivo.org.uk",
                "buyerProfile": "https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA8521",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "06",
                        "description": "Housing and community amenities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-10304",
            "name": "ENGIE Regeneration Limited",
            "identifier": {
                "legalName": "ENGIE Regeneration Limited"
            },
            "address": {
                "streetAddress": "Titan Court, 3 Bishops Square, Hatfield",
                "locality": "Hertfordshire",
                "region": "UK",
                "postalCode": "AL10 9NE",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1992650333",
                "faxNumber": "+44 1992650999"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-103",
            "name": "Public Procurement Review Service",
            "identifier": {
                "legalName": "Public Procurement Review Service"
            },
            "address": {
                "streetAddress": "Cabinet Office",
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3450103503",
                "email": "publicprocurementreview@cabinetoffice.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-3704",
        "name": "Optivo"
    },
    "contracts": [
        {
            "id": "006210-2021-OP7125-1",
            "awardID": "006210-2021-OP7125-1",
            "status": "active",
            "value": {
                "amount": 120000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-03-16T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:492021-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}