loading
  • GB-E15 4PH London
  • 20.03.2017
  • Ausschreibung
  • (ID 2-256704)

Provision of Fire Risk Assessment Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.03.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Brandschutz
    Sprache Englisch
    Aufgabe
    It is intended that the contract will commence in July 2017 and subject to annual reviews will run for a period of 2 years with the option for an extension of a further 2 single years.
    The annual estimated value is 100 000 GBP.
    The contract is for the provision of Fire Risk Assessment Services to buildings owned by or in the management of any part of East Thames Limited as required by the Regulatory Reform (Fire Safety) Order 2005.
    Each assessment will contain the risks identified, recommendations to put right and a risk rating graded on a risk matrix scoring system.
    Uploading the assessments onto a Document Management System in order that the Fire Risk Assessments can be viewed and the data edited and/or updated.
    Providing ad-hoc advice on fire risk related issues.
    Leistungsumfang
    Fire Risk Assessment Services to East Thames Limited as required by the Regulatory Reform (Fire Safety) Order 2005.
    Adresse des Bauherren UK-E15 4PH London
    TED Dokumenten-Nr. 63358-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Fire and explosion protection and control consultancy services

      2017/S 035-063358

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      East Thames Limited
      29-35 West Ham Lane, Stratford
      London
      E15 4PH
      United Kingdom
      Contact person: Mark Revell
      Telephone: +44 3003037333
      E-mail: MjE0X1NkXSBkV2hXXl4yV1NlZh9mWlNfV2UgVWEgZ10=
      NUTS code: UKI

      Internet address(es):

      Main address: http://www.east-thames.co.uk

      Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA13761

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.mytenders.org
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.mytenders.org
      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:

       

      Provision of Fire Risk Assessment Services.

       

      Reference number: P&P/001/2017
      II.1.2)Main CPV code
      71317100
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      It is intended that the contract will commence in July 2017 and subject to annual reviews will run for a period of 2 years with the option for an extension of a further 2 single years.

      The annual estimated value is 100 000 GBP.

      The contract is for the provision of Fire Risk Assessment Services to buildings owned by or in the management of any part of East Thames Limited as required by the Regulatory Reform (Fire Safety) Order 2005.

      Each assessment will contain the risks identified, recommendations to put right and a risk rating graded on a risk matrix scoring system.

      Uploading the assessments onto a Document Management System in order that the Fire Risk Assessments can be viewed and the data edited and/or updated.

      Providing ad-hoc advice on fire risk related issues.

       

      II.1.5)Estimated total value
      Value excluding VAT: 400 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71313410
      71315300
      75251110
      31625200
      71317000
      II.2.3)Place of performance
      NUTS code: UKI
      NUTS code: UKH3
      II.2.4)Description of the procurement:

       

      Fire Risk Assessment Services to East Thames Limited as required by the Regulatory Reform (Fire Safety) Order 2005.

       

      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: 400 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 03/07/2017
      End: 02/07/2021
      This contract is subject to renewal: yes
      Description of renewals:

       

      Contract duration is for 2 years with the possibility of 2 1-year extensions.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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.2.14)Additional information

       

      The term and value given incorporate an optional extension of 2 1-year extensions. The estimated value is 100 000 GBP per annum.

       

      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
      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.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      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
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 20/03/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 20/03/2017
      Local time: 13:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      This contract is for a period of 2 years with the possibility of 2 1-year extensions.

       

      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=192409

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx

      Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

      (MT Ref: 192409).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      East Thames Limited
      29-35 West Ham Lane, Stratford
      London
      E14 4PH
      United Kingdom
      Telephone: +44 3003037333

      Internet address:http://www.east-thames.co.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      16/02/2017
    © 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 20.02.2017
Zuletzt aktualisiert 20.02.2017
Wettbewerbs-ID 2-256704 Status Kostenpflichtig
Seitenaufrufe 46