Notice Information
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
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}