loading
  • GB-DE1 2FS Derby
  • 01.12.2017
  • Ausschreibung
  • (ID 2-282640)

TD1294 — Provision of Fire Risk Assessments.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 01.12.2017, 14:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Büro-, Verwaltungsbauten / Kultur-, Veranstaltungsgebäude / Landschaft und Freiraum / Staatliche und kommunale Bauten / Wohnungsbau
    Art der Leistung Brandschutz
    Sprache Englisch
    Aufgabe
    Derby City Council is seeking to engage an economic operator to deliver fire risk assessments for a period up to a maximum of 4 years. The economic operator will require all of the following:
    — Individual and company registration with a competence persons scheme.
    — Individual membership (member or higher status) of an appropriate professional body 2 / 3.
    — Demonstrable skills, knowledge and experience in managing health and safety at the organisational and individual level.
    Leistungsumfang
    The fire risk assessments are to be conducted across the Councils property portfolio (excluding social housing).This includes the following property types:
    — Schools;
    — Offices;
    — Retail Premises;
    — Places of Entertainment;
    — Libraries;
    — Multi-occupied buildings;
    — Mixed tenanted business units;
    — Depots;
    — Parks;
    — Leisure Centres;
    — Multi-use sports Arena;
    — Homes for older people;
    — Residential children's homes;
    — Community Centres;
    — Extra Care Facility;
    — Children's Centres;
    — Museums;
    — Outdoor training centre;
    — Bus Station.
    The Employer's portfolio is a heterogeneous sample of construction types ranging from systems building types such as:
    — CLASP;
    — Connect;
    — Vic Hallam;
    — Orlit;
    — HORSA;
    — Hills.
    In addition the portfolio includes traditional built structures incorporating a range of historical and modern architectural periods. The Employer has a range of lease arrangements and freehold interests throughout the portfolio, including the leasing in and leasing out of property.
    The general requirements for each Fire risk assessments will be:
    — The Fire Risk Assessment is to be risk based and utilise the Employers template;
    — The Fire Risk Assessment is to identify levels of risk, recommend remedial actions to mitigate risk and address significant findings. This will be determined with due regard to the applicable guidance;
    — The Fire Risk Assessments will have a proportional application of guidance in relation to the premises, its use and the relevant persons;
    — The Fire Risk Assessment will undersigned by the Author and / or a Director to indicate that the Fire Risk Assessment has been completed and validated before issuing to the Employer;
    — Significant finding will be assessed using the Employers methodology;
    — Prepare written Reports in accordance with the latest edition of PAS79 for undertaking, and recording the significant findings of, fire risk assessments in buildings and parts of buildings for which fire risk assessments;
    — The Fire Risk Assessment is to include descriptions and photographs, as appropriate, to identify the location of hazards and recommended actions to mitigate risk all which must be spatially referenced to the Employers information;
    — The Fire Risk Assessment will contain minimum of limitations and exclusions.
    Adresse des Bauherren UK-DE1 2FS Derby
    TED Dokumenten-Nr. 436251-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Derby: Risk or hazard assessment other than for construction

      2017/S 210-436251

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Derby City Council
      The Council House, Corporation Street
      Derby
      DE1 2FS
      United Kingdom
      Contact person: Deanna Sutcliffe
      Telephone: +44 1332640768
      E-mail: MjIwXF5bT2FeUVlRWmAsUFFeTmUaU1tiGmFX
      NUTS code: UKF11

      Internet address(es):

      Main address: www.derby.gov.uk

      Address of the buyer profile: www.eastmidstenders.org

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.eastmidstenders.org
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: www.eastmidstenders.org
      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:

       

      TD1294 — Provision of Fire Risk Assessments.

       

      Reference number: TD1294
      II.1.2)Main CPV code
      90711100
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Derby City Council is seeking to engage an economic operator to deliver fire risk assessments for a period up to a maximum of 4 years. The economic operator will require all of the following:

      — Individual and company registration with a competence persons scheme.

      — Individual membership (member or higher status) of an appropriate professional body 2 / 3.

      — Demonstrable skills, knowledge and experience in managing health and safety at the organisational and individual level.

       

      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)
      II.2.3)Place of performance
      NUTS code: UKF11
      II.2.4)Description of the procurement:

       

      The fire risk assessments are to be conducted across the Councils property portfolio (excluding social housing).This includes the following property types:

      — Schools;

      — Offices;

      — Retail Premises;

      — Places of Entertainment;

      — Libraries;

      — Multi-occupied buildings;

      — Mixed tenanted business units;

      — Depots;

      — Parks;

      — Leisure Centres;

      — Multi-use sports Arena;

      — Homes for older people;

      — Residential children's homes;

      — Community Centres;

      — Extra Care Facility;

      — Children's Centres;

      — Museums;

      — Outdoor training centre;

      — Bus Station.

      The Employer's portfolio is a heterogeneous sample of construction types ranging from systems building types such as:

      — CLASP;

      — Connect;

      — Vic Hallam;

      — Orlit;

      — HORSA;

      — Hills.

      In addition the portfolio includes traditional built structures incorporating a range of historical and modern architectural periods. The Employer has a range of lease arrangements and freehold interests throughout the portfolio, including the leasing in and leasing out of property.

      The general requirements for each Fire risk assessments will be:

      — The Fire Risk Assessment is to be risk based and utilise the Employers template;

      — The Fire Risk Assessment is to identify levels of risk, recommend remedial actions to mitigate risk and address significant findings. This will be determined with due regard to the applicable guidance;

      — The Fire Risk Assessments will have a proportional application of guidance in relation to the premises, its use and the relevant persons;

      — The Fire Risk Assessment will undersigned by the Author and / or a Director to indicate that the Fire Risk Assessment has been completed and validated before issuing to the Employer;

      — Significant finding will be assessed using the Employers methodology;

      — Prepare written Reports in accordance with the latest edition of PAS79 for undertaking, and recording the significant findings of, fire risk assessments in buildings and parts of buildings for which fire risk assessments;

      — The Fire Risk Assessment is to include descriptions and photographs, as appropriate, to identify the location of hazards and recommended actions to mitigate risk all which must be spatially referenced to the Employers information;

      — The Fire Risk Assessment will contain minimum of limitations and exclusions.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 60
      Price - Weighting: 40
      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
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

       

      Yes, This contract is subject to an extension of 24 months in annual increments.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Yes, This contract is subject to an extension of 24 months in annual increments.

       

      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

       

      Conditions relating to environmental and social requirements of the contracting authority may be included in this contract. Please refer to the Procurement Documents.

       

      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:

       

      Conditions relating to environmental and social requirements of the contracting authority may be included in this contract. The details are to be provided in the procurement documents.

       

      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: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2017/S 157-325479
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 01/12/2017
      Local time: 14:00
      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: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 01/12/2017
      Local time: 14:00

      Section VI: Complementary information

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

       

      At the end of the 4 year period.

       

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

       

      This tender is being managed electronically. Please go to www.sourcederbyshire.co.uk and look for the contract advert under ‘live contracts' section, select the relevant contract notice. Select the “apply online' link in the bottom right hand corner of the contract notice. This will transfer you to the Council's e-tendering system at https://www.eastmidstenders.org where you can express interest and obtain the documents. To access the tender documentation and to be able to submit your response, you must first register your organisation on EastMids Tenders (unless you have done this previously).

      Please note we will only accept expressions of interest/tender returns through the East Mids Tenders e-tendering system.

      To Register:

      On the opportunities portal home page (https://www.eastmidstenders.org) there is an option to ‘Register’ link in the top right hand corner of the screen, click this to begin the registration process, which is step by step where you need to enter your details and your own company's' details. Further information can be found in the user guide ‘how to do business on the portal' which can be found in the 'Help' section at the top right of the homepage. Once you have received the 2 system generated emails confirming your user name and password you can search for new opportunities from the supplier home page.

      To Search:

      On the opportunities portal home page (https://www.eastmidstenders.org), Click on 'view opportunities’. On the ‘Find Opportunities’ page you can narrow your search. The ‘Organisation’ field allows the organisation you are searching on to be chosen. Click the arrow to bring a drop down menu displaying the various organisations. Select ‘Derby City Council’, then click on the ‘Update’ button to return the results. This will then return all the opportunities that are applicable to Derby City Council. You can narrow the search further using the ‘keyword’ option. To view the further details of the opportunity, click the corresponding contract title and click on the Login and Register Interest button and login to the EastMids Tenders system to start the tender process. The EastMids Tenders system is a very secure site and is simple to use. However, if this is the first time you will be using the system for submitting documents you should read the comprehensive ProContract reference guides which will provide the guidance required by clicking the ‘Help’ icon that is located on the home page on the top right of the EastMids Tenders System.

      Once you have registered your interest, the tender information will be moved to, and can be found on, the ”My Opportunities’ page on the EastMidsTenders page once you are logged in. You will be able to view and download the documents for completion, along with instructions on how to make a submission.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Derby City Council
      Derby
      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:
      30/10/2017
    © 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 02.11.2017
Zuletzt aktualisiert 02.11.2017
Wettbewerbs-ID 2-282640 Status Kostenpflichtig
Seitenaufrufe 62