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 agency/office
I.5)Main activity
Public order and safety
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Real Fire Training Venue Specialist- Design Services.
Reference number: PROC/5902/16
II.1.2)Main CPV code
79930000
II.1.3)Type of contract
Services
II.1.4)Short description:
The London Fire and Emergency Planning Authority (the ‘Authority’ — the organisation that runs the London Fire Brigade) is seeking a supplier (the ‘Consultant’) to assist in the design of a Real Fire Training Venue (RFTV) as part of a wider scheme to introduce a new training centre in South London.
II.1.5)Estimated total value
Value excluding VAT: 75 000.00 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)
34152000
71220000
71320000
71321000
80510000
80520000
II.2.3)Place of performance
NUTS code: UKI
II.2.4)Description of the procurement:
The RFTV will be designed and built to simulate high rise buildings in London and will enable fire-fighters to experience and extinguish real fires (carbonaceous) in a realistic, but safe and controlled environment. The Authority is seeking a carbonaceous RFTV involving real fire and smoke created by burning standard sized timber materials in fixed and mobile cribs with the option to investigate the burning of other agreed materials such as straw. The Authority is not seeking Consultants / suppliers who can only provide an LPG / gas based fire system (although LPG / gas may be required for the associated systems subject to the design of the Consultant). This appointment shall comprise of Design Services through RIBA Stages 2 and 3. The Authority seeks to novate the RFTV Specialist to a main contractor from RIBA Stage 4. Work carried out at any further stage will be subject to a separate contract and is out of the scope of this requirement.
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: 75 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 21/04/2017
End: 01/04/2018
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
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
List and brief description of conditions:
Selection criteria as stated in the procurement documents.
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
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: 30/03/2017
Local time: 17:00
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: 30/03/2017
Local time: 17:00
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
High Court
Strand
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
The Authority will incorporate a standstill period of at least 10 calendar days when information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Authority before the Contract is entered into. Applicants have 2 working days from notification of the award to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period.
Such additional information should be requested from the address in I.1) above. If an appeal regarding the award of a Contract has not been successfully resolved, the Public Contracts Regulations 2015 (R 86/87) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action to the High Court (England, Wales and Northern Ireland).
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
28/02/2017