loading
  • GB-WA9 1LD St Helens
  • 05.06.2017
  • Ausschreibung
  • (ID 2-264664)

Provision of Fire Risk Assessments


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 05.06.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Kontrolle, Monitoring / Brandschutz
    Sprache Englisch
    Aufgabe
    Torus are going out to market to seek a provider to carry out Fire Risk Assessments predominantly in the Warrington and St Helens area's however this could expand in the future outside the North West region. Torus are also looking for the provider to manage all FRA works/outcomes on an electronic software system. The contract length is initially 48 months with the option to extend twice for a further 24 months and a further 12 months (7 years in total).
    Leistungsumfang
    Torus are going out to market to seek a provider to carry out Fire Risk Assessments predominantly in Warrington and St Helens. Fire Risk Assessors must be competent, fully trained and have relevant experience. As a minimum requirement of this contract Torus are also looking for the provider to produce and store live management reporting of FRA required, categorisation and identification of remedial works, overall compliance status on an electronic software system. An extensive risk assessment exercise prior to going out to market has been undertaken to identify the possible frequencies for the various building types which are low, medium and high risk. Typical buildings would be: Head Office buildings/local offices, Works depots, High rise units, Sheltered Accommodation Homes, Communal areas. Current quantities of buildings across both Warrington and St Helens is 502, however this may increase in the future. Please note the profile of building types is not fixed; Torus may add or withdraw from the profile described throughout the duration of the contract.
    Adresse des Bauherren UK-WA9 1LD St Helens
    TED Dokumenten-Nr. 174479-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-St Helens: Technical inspection services

      2017/S 089-174479

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Torus62 Limited
      Helena Central, 4 Corporation Street
      St Helens
      WA9 1LD
      United Kingdom
      Contact person: Kate Keeley
      Telephone: +44 1744417842
      E-mail: MTNoXnFiK2hiYmlidj10Yl5vYnFsb3JwK2BsK3Jo
      NUTS code: UKD

      Internet address(es):

      Main address: www.wearetorus.co.uk

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-St-Helens:-Technical-inspection-services./6AK978863P
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.delta-esourcing.com/
      Tenders or requests to participate must be submitted to the abovementioned address
      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 Assessments.

       

      Reference number: 241743649
      II.1.2)Main CPV code
      71631000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Torus are going out to market to seek a provider to carry out Fire Risk Assessments predominantly in the Warrington and St Helens area's however this could expand in the future outside the North West region. Torus are also looking for the provider to manage all FRA works/outcomes on an electronic software system. The contract length is initially 48 months with the option to extend twice for a further 24 months and a further 12 months (7 years in total).

       

      II.1.5)Estimated total value
      Value excluding VAT: 350 000.00 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)
      71631000
      II.2.3)Place of performance
      NUTS code: UKD
      Main site or place of performance:

       

      North West (England).

       

      II.2.4)Description of the procurement:

       

      Torus are going out to market to seek a provider to carry out Fire Risk Assessments predominantly in Warrington and St Helens. Fire Risk Assessors must be competent, fully trained and have relevant experience. As a minimum requirement of this contract Torus are also looking for the provider to produce and store live management reporting of FRA required, categorisation and identification of remedial works, overall compliance status on an electronic software system. An extensive risk assessment exercise prior to going out to market has been undertaken to identify the possible frequencies for the various building types which are low, medium and high risk. Typical buildings would be: Head Office buildings/local offices, Works depots, High rise units, Sheltered Accommodation Homes, Communal areas. Current quantities of buildings across both Warrington and St Helens is 502, however this may increase in the future. Please note the profile of building types is not fixed; Torus may add or withdraw from the profile described throughout the duration of the contract.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Criterion 1 / Weighting: 70
      Cost criterion - Name: Criterion 1 / Weighting: 30
      II.2.6)Estimated value
      Value excluding VAT: 350 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 84
      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
      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: 05/06/2017
      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
      IV.2.7)Conditions for opening of tenders
      Date: 05/06/2017
      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
      Electronic ordering will be used
      Electronic invoicing will be accepted
      VI.3)Additional information:

       

      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

      Please see below for the minimum requirements that are set out within this tender. Tenderers are required to meet these requirements in order to be suitable for this contract:

      Operating to BAFE SP205 (approval for ‘Life Fire Safety Assessments’) or can demonstrate an equivalent or higher operating model or standard that satisfies the requirements of Torus.

      Membership of the Institution of Fire Engineers.

      To have in place at the start of the contract a ‘live’ online data portal in which stores information about Fire Risk Assessments and can produce management reports in which Torus can have access to.

      For more information about this opportunity, please visit the Delta eSourcing portal at:

      https://www.delta-esourcing.com/tenders/UK-UK-St-Helens:-Technical-inspection-services./6AK978863P

      To respond to this opportunity, please click here:

      https://www.delta-esourcing.com/respond/6AK978863P

      GO Reference: GO-201755-PRO-10145984.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Torus62 Limited
      Helena Central, 4 Corporation Street
      St Helens
      WA9 1LD
      United Kingdom

      Internet address:www.wearetorus.co.uk

      VI.4.2)Body responsible for mediation procedures
      Golden Gates Housing
      Bank House
      Warrington
      WA1 1RH
      United Kingdom
      Telephone: +44 1925452409
      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:
      05/05/2017
    © 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 10.05.2017
Zuletzt aktualisiert 10.05.2017
Wettbewerbs-ID 2-264664 Status Kostenpflichtig
Seitenaufrufe 33