Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Fire Risk Assessments.
Reference number: PPL00000013
II.1.2)Main CPV code
71317100
II.1.3)Type of contract
Services
II.1.4)Short description:
Place Partnership are procuring on behalf of its clients, the Provision of Fire Risk Assessments for a 4 year period with the possibility of an extension of 1 year.
II.1.5)Estimated total value
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)
71317100
90711100
II.2.3)Place of performance
NUTS code: UKG
II.2.4)Description of the procurement:
Place Partnership Ltd. are seeking a sole provider to deliver a contract for the provision of Fire Risk Assessments, with an intuitive software solution as part of the data collection provision that is readily accessible for building occupiers through dedicated logins. Place Partnership manage approximately 1 300 assets across Herefordshire, Shropshire, Warwickshire and Worcestershire on behalf of our partnering authorities.
The contract will run for an initial term of 4 years and will be reviewed with the possibility of a 1 year extension period thereafter.
Overview of the requirement.
To undertake fire risk assessments for each property within the portfolio including the possibility of assessing non-buildings where we occupy a room.
All fire risk assessors must hold accreditation from 1 of the following boards:
Institute of Fire Engineers (IFE);
Institute of Fire Safety Managers (IFSM);
Institute of Fire Prevention Officers (IFPO).
Hold the level 4 CFPA Europe Diploma in fire prevention as a minimum.
The Company should hold the following accreditations:
BAFE SP205 Accreditation;
ISO 19706:2007 Guidelines for assessing the fire threat to people;
ISO9001 Quality Management Certification;
Place Partnership Ltd does not give any commitment to the volume or value of work over the Contract period;
Place Partnership Ltd. reserve the right not to award a contract in full or in part.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 11/09/2017
End: 10/09/2021
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.2.12)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
All those engaged on this contract will be required to hold enhanced Disclosure Barring Service checks (DBS). There is a further requirement for non-police personnel vetting (NPPV Level 2) to be obtained.
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
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
Institute of Fire Engineers (IFE);
Institute of Fire Safety Managers (IFSM);
Institute of Fire Prevention Officers (IFPO);
Assessors must hold Level 4 CFPA Europe Diploma in fire prevention as a minimum.
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of 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: no
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: 07/08/2017
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
Tender must be valid until: 01/11/2017
IV.2.7)Conditions for opening of tenders
Date: 07/08/2017
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Royal Court of Justice
London
United Kingdom
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:
16/06/2017