loading
  • GB-W2 1BD London
  • 02.09.2014
  • Ausschreibung
  • (ID 2-175176)

Fire Safety Management Consultancy Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 02.09.2014, 13:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Art der Leistung Brandschutz
    Sprache Englisch
    Aufgabe
    Fire Safety Management Consultancy Services:
    — preparation of all fire risk assessments together with detailed surveys in accordance with the Programme and delivery methodology of A2Dominion which is to cover Communal Areas of Housing Blocks, Retirement Courts, Offices, Shops, other Buildings and their outbuildings, garages, external spaces, roof spaces, boiler and laundry rooms and all other areas of buildings to ensure compliance with Regulatory Reform (Fire Safety) Order 2005;
    — preparation of programmes and risk assessments, training of staff and Fire Safety Management Services;
    — review of strategic and operational Risk Registers in relation to Fire Safety Management;
    — provision of advice on Fire Safety matters and preparation of Fire Disaster Plans;
    — Expert Witness Services;
    — training A2Dominion staff and Residents in Fire Safety matters.
    Leistungsumfang
    Total quantity and scope depends on the number of organisations appointed and the decision of the Contracting Authority to operate the various Framework Agreement.
    Estimated value excluding VAT:
    Range: between 1 000 000 and 2 500 000 GBP
    Adresse des Bauherren UK-W2 1BD London
    TED Dokumenten-Nr. 251426-2014

  • Anzeigentext Ausschreibung

    maximieren


    • Auftragsbekanntmachung

      Dienstleistungen
      Richtlinie 2004/18/EG

      Abschnitt I: Öffentlicher Auftraggeber

      I.1) Name, Adressen und Kontaktstelle(n)
      A2Dominion Housing Group Limited
      The Point, 37 North Wharf Road
      Zu Händen von: Mr J. Turner
      W2 1BD
      London
      VEREINIGTES KÖNIGREICH
      +44 2088251364
      MjE2Wl9YXh5kZWJeVWIwUSJUX11ZXllfXh5TXx5lWw==

      Weitere Auskünfte erteilen:
      Robert J. Wren Associates
      Gorringes House, Mill Lane, Downe
      Zu Händen von: R. J. Wren
      BR6 7HP
      Orpington
      VEREINIGTES KÖNIGREICH
      +44 1689850713
      MjExVidZWGRjaGphaVZjaWhpWmNZWmdoNWdfbGdaYyNYZGI=
      +44 1689853330

      Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für den wettbewerblichen Dialog und ein dynamisches Beschaffungssystem) verschicken:
      Robert J. Wren Associates
      Gorringes House, Mill Lane, Downe
      Zu Händen von: R. J. Wren
      BR6 7HP
      Orpington
      VEREINIGTES KÖNIGREICH
      +44 1689850713
      MjE1UiNVVGBfZGZdZVJfZWRlVl9VVmNkMWNbaGNWXx9UYF4=
      +44 1689853330

      Angebote oder Teilnahmeanträge sind zu richten an:
      Robert J. Wren Associates
      Gorringes House, Mill Lane, Downe
      Zu Händen von: R.J. Wren
      BR6 7HP
      Orpington
      VEREINIGTES KÖNIGREICH
      +44 1689850713
      MjE5Th9RUFxbYGJZYU5bYWBhUltRUl9gLV9XZF9SWxtQXFo=
      +44 1689853330

      Abschnitt II: Auftragsgegenstand

      II.1) Beschreibung

      II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
      71317100

      Beschreibung
      Beratung im Bereich Brand- und Explosionsschutz und -überwachung.

      Abschnitt IV: Verfahren

      IV.3) Verwaltungsangaben

      IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung

      IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
      2.9.2014 - 13:00

      IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
      Englisch.




      Contract notice

      Services
      Directive 2004/18/EC

      Section I: Contracting authority

      I.1) Name, addresses and contact point(s)
      For the attention of: Telephone: E-mail: A2Dominion Housing Group Limited The Point, 37 North Wharf Road Mr J. Turner W2 1BDLondon UNITED KINGDOM +44 2088251364 MjE1W2BZXx9lZmNfVmMxUiNVYF5aX1pgXx9UYB9mXA==

      Further information can be obtained from:For the attention of: Telephone: E-mail: Fax: Robert J. Wren Associates Gorringes House, Mill Lane, Downe R. J. Wren BR6 7HPOrpington UNITED KINGDOM +44 1689850713 MTNeL2FgbGtwcmlxXmtxcHFia2Fib3A9b2d0b2JrK2Bsag== +44 1689853330

      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:For the attention of: Telephone: E-mail: Fax: Robert J. Wren Associates Gorringes House, Mill Lane, Downe R. J. Wren BR6 7HPOrpington UNITED KINGDOM +44 1689850713 MTdaK11caGdsbmVtWmdtbG1eZ11ea2w5a2Nwa15nJ1xoZg== +44 1689853330

      Tenders or requests to participate must be sent to:For the attention of: Telephone: E-mail: Fax: Robert J. Wren Associates Gorringes House, Mill Lane, Downe R.J. Wren BR6 7HPOrpington UNITED KINGDOM +44 1689850713 MjIwTR5QT1taX2FYYE1aYF9gUVpQUV5fLF5WY15RWhpPW1k= +44 1689853330

      I.2) Type of the contracting authority
      Body governed by public law

      I.3) Main activity
      Housing and community amenities

      I.4) Contract award on behalf of other contracting authorities
      A2Dominion Homes Limited The Point, 37 North Wharf Road W2 1BDLondon UNITED KINGDOM

      The contracting authority is purchasing on behalf of other contracting authorities: yes
      A2Dominion Housing Options Limited The Point, 37 North Wharf Road W2 1BDLondon UNITED KINGDOM

      A2Dominion South Limited The Point, 37 North Wharf Road W2 1BDLondon UNITED KINGDOM

      A2Dominion Developments Limited The Point, 37 North Wharf Road W2 1BDLondon UNITED KINGDOM

      A2Dominion Residential Limited The Point, 37 North Wharf Road W2 1BDLondon UNITED KINGDOM

      Upper Richmond Buildings Limited The Point, 37 North Wharf Road W2 1BDLondon UNITED KINGDOM

      Section II: Object of the contract

      II.1) Description

      II.1.1) Title attributed to the contract by the contracting authority:
      Fire Safety Management Consultancy Services.

      II.1.2) Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 27: Other services
      Main site or location of works, place of delivery or of performance: London Boroughs, Oxfordshire, Hampshire, Berkshire, Surrey, Kent, Essex, East and West Sussex, Buckinghamshire, Hertfordshire, Wiltshire and Gloucestershire.
      NUTS code UKJ

      II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves the establishment of a framework agreement

      II.1.4) Information on framework agreement
      Framework agreement with several operators
      maximum number of participants to the framework agreement envisaged: 4
      Duration of the framework agreementDuration in years: 4
      Estimated total value of purchases for the entire duration of the framework agreementEstimated value excluding VAT:
      Range: between 1 000 000 and 2 500 000 GBP

      II.1.5) Short description of the contract or purchase(s)
      Fire Safety Management Consultancy Services:
      — preparation of all fire risk assessments together with detailed surveys in accordance with the Programme and delivery methodology of A2Dominion which is to cover Communal Areas of Housing Blocks, Retirement Courts, Offices, Shops, other Buildings and their outbuildings, garages, external spaces, roof spaces, boiler and laundry rooms and all other areas of buildings to ensure compliance with Regulatory Reform (Fire Safety) Order 2005;
      — preparation of programmes and risk assessments, training of staff and Fire Safety Management Services;
      — review of strategic and operational Risk Registers in relation to Fire Safety Management;
      — provision of advice on Fire Safety matters and preparation of Fire Disaster Plans;
      — Expert Witness Services;
      — training A2Dominion staff and Residents in Fire Safety matters.

      II.1.6) Common procurement vocabulary (CPV)
      71317100

      II.1.7) Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes

      II.1.8) Lots
      This contract is divided into lots: no

      II.1.9) Information about variants
      Variants will be accepted: no

      II.2) Quantity or scope of the contract

      II.2.1) Total quantity or scope:
      Total quantity and scope depends on the number of organisations appointed and the decision of the Contracting Authority to operate the various Framework Agreement.
      Estimated value excluding VAT:
      Range: between 1 000 000 and 2 500 000 GBP

      II.2.2) Information about options
      Options: no

      II.2.3) Information about renewals
      This contract is subject to renewal: no

      II.3) Duration of the contract or time limit for completion
      Duration in months: 48 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1) Conditions relating to the contract

      III.1.1) Deposits and guarantees required:
      Collateral Warranties may be required to be given. Details will be set out in the Invitation to Tender Documents.

      III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Details will be set out in the Tender Documents.

      III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Details will be set out in the Pre-Qualification and Invitation to Tender Documents.

      III.1.4) Other particular conditions
      The performance of the contract is subject to particular conditions: yes
      Description of particular conditions: Conditions will be detailed in the Invitation to Tender Documents.

      III.2) Conditions for participation

      III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
      Information and formalities necessary for evaluating if the requirements are met: As described in the Pre-Qualification Questionnaire.

      III.2.2) Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: As described in the Pre-Qualification Questionnaire.

      III.2.3) Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      As described in the Pre-Qualification Questionnaire.

      III.2.4) Information about reserved contracts

      III.3) Conditions specific to services contracts

      III.3.1) Information about a particular profession
      Execution of the service is reserved to a particular profession: no

      III.3.2) Staff responsible for the execution of the service
      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

      Section IV: Procedure

      IV.1) Type of procedure

      IV.1.1) Type of procedure
      Restricted

      IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
      Envisaged minimum number 5: and maximum number 10
      Objective criteria for choosing the limited number of candidates: As set out in the Pre-Qualification Questionnaire. Expressions of interest not accompanied by fully completed Pre-Qualification Questionnaires will be rejected and economic operators submitting unaccompanied expressions will not be considered.

      IV.1.3) Reduction of the number of operators during the negotiation or dialogue

      IV.2) Award criteria

      IV.2.1) Award criteria
      The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2) Information about electronic auction
      An electronic auction will be used: no

      IV.3) Administrative information

      IV.3.1) File reference number attributed by the contracting authority:
      A2D Consultants - Fire Safety Management Consultancy Services

      IV.3.2) Previous publication(s) concerning the same contract
      no

      IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
      Payable documents: no

      IV.3.4) Time limit for receipt of tenders or requests to participate
      2.9.2014 - 13:00

      IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

      IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
      English.

      IV.3.7) Minimum time frame during which the tenderer must maintain the tender

      IV.3.8) Conditions for opening of tenders
      Section VI: Complementary information

      VI.1) Information about recurrence
      This is a recurrent procurement: no

      VI.2) Information about European Union funds
      The contract is related to a project and/or programme financed by European Union funds: no

      VI.3) Additional information
      The services are being procured for all current A2Dominion Housing Group Ltd companies or subsidiaries and for any other bodies corporate that become members of the Group over the term of the Framework and any other contracting authority which is a registered provider, local authority or subsidiary of a local authority requiring the services. Current A2Dominion Housing Group Ltd Members are listed below with names of the entities and their Registered Offices.
      — A2Dominion Homes Ltd, The Point, 37 North Wharf Road, London, W2 1BD;
      — A2Dominion South Ltd, The Point, 37 North Wharf Road, London, W2 1BD;
      — A2Dominion Housing Options Ltd, The Point, 37 North Wharf Road, London, W2 1BD;
      — A2Dominion Developments Ltd, The Point, 37 North Wharf Road, London, W2 1BD;
      — A2Dominion Residential Ltd, The Point, 37 North Wharf Road, London, W2 1BD;
      — Upper Richmond Buildings Ltd, The Point, 37 North Wharf Road, London, W2 1BD.
      The Contracting Authority considers that this Procurement may be suitable for economic operators that are of small or medium size (SMEs). However, any selection of Tenderers will be solely based on the criteria set out for this Tender in the Tender Documents.

      VI.4) Procedures for appeal

      VI.4.1) Body responsible for appeal procedures
      A2 Dominion Housing Group Limited The Point, 37 North Wharf Road W2 1BDLondon UNITED KINGDOM

      VI.4.2) Lodging of appeals
      Precise information on deadline(s) for lodging appeals: As set out in the Public Contracts Regulations 2006 (as amended).

      VI.4.3) Service from which information about the lodging of appeals may be obtained

      VI.5) Date of dispatch of this notice:
      20.7.2014

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 24.07.2014
Zuletzt aktualisiert 24.07.2014
Wettbewerbs-ID 2-175176 Status Kostenpflichtig
Seitenaufrufe 65