loading
  • GB-DE22 1GB Derby
  • 13.11.2018
  • Ausschreibung
  • (ID 2-317785)

Supply of Fire Risk Assessments and Passive Fire Compartmentation Surveys


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 13.11.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Hochschulen, Wissenschaft und Forschung
    Art der Leistung Umweltverträglichkeitsstudie / Sicherheits-/ Gesundheitsschutz
    Sprache Englisch
    Aufgabe
    The University is inviting tenders for the supply of Fire Risk Assessments and Passive Fire and Compartmentation Surveys across its whole estate, which includes residential properties as well as tutorial properties over its sites in Derby, Buxton, Leek and Chesterfield.
    This new contract is required so that the University is able to continually meet its statutory and legislative requirements and with regard to Fire Risk Assessments (FRA). To ensure that there is adequate fire compartmentation of all buildings a Passive Fire and Compartmentation Surveys (PFCS) are requested.
    Leistungsumfang
    The University is inviting tenders for the supply of Fire Risk Assessments and Passive Fire and Compartmentation Surveys across its whole estate, which includes residential properties as well as tutorial properties over its sites in Derby, Buxton, Leek and Chesterfield.
    This new contract is required so that the University is able to continually meet its statutory and legislative requirements and with regard to Fire Risk Assessments (FRA). To ensure that there is adequate fire compartmentation of all buildings a Passive Fire and Compartmentation Surveys (PFCS) are requested.
    Derbyshire Student Residential Ltd (DSRL) are a subsidiary of the University of Derby and are responsible for the ownership, running and management of its residential properties.
    The University invites suppliers to submit proposals to complete Fire Risk Assessments and Passive Fire and Compartmentation Surveys on the entire property estate.
    The University wishes to appoint a supplier who shares its commitment to sustainability, will help minimise the environmental impact of its operation and will actively contribute to the achievement of its business objectives, in line with the University’s Environmental Policy. It should be noted that targets are subject to review and subsequent changes, which aim to drive continuous improvement.
    The University recognises that markets and businesses are changing at an ever-increasing pace. The requirements detailed in this document are, therefore, the minimum acceptable to the University and shall be capable of development where appropriate and relevant.
    During the life of the Contract, the University shall be entitled (but not obligated) to order additional items or services, which are in line with the ongoing requirements detailed in this document. These will be subject to the provisions relating to pricing in the Contract. Wherever possible such additional items shall be based on the prices quoted in the Pricing Schedule.
    There are 70 buildings listed in Form T6 Pricing Schedule, 60 of which require FRA and 52 of these that also require PFCS to be undertaken. The University requires at least 1 building to be inspected every 10 days. Accompanying reports and drawings, where applicable, must be sent to a named member of staff at UoD a maximum of 10 working days after the completion of each survey.
    The duration of this contract is for 3 years with the option to extend by a further 1 year. The surveys are to commence within 4 weeks of the award of the contract and once the initial schedule has been delivered, there may be a need to repeat FRA tests during the contract period in line with legislation and University requirements.
    The programming of the FRA and PFCS for all properties identified in Form T6 Pricing Schedule will be agreed between the UoD and the Highest Scoring Tenderer during a pre-contract meeting and this schedule will form part of the Contract.
    There may be a requirement to complete additional, ad hoc surveys; alternatively, the number of surveys required may reduce over the duration of the Contract. The UoD can offer no commitment as to the volume of work required over the life of the Contract. Costs for any additional surveys will be agreed between both parties, with Form T6 Pricing Schedule used as a pricing benchmark.
    This contract will not be divided into lots, as the nature of the requirement is such that it cannot be fragmented for reasons of efficiency and resource implications.
    Adresse des Bauherren UK-DE22 1GB Derby
    TED Dokumenten-Nr. 451916-2018

  • Anzeigentext Ausschreibung

    maximieren


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

      2018/S 199-451916

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      University of Derby
      Kedleston Road
      Derby
      DE22 1GB
      United Kingdom
      Contact person: Anna Salt
      E-mail: MTFgLXJga3M/Y2RxYXgtYGItdGo=
      NUTS code: UKF11

      Internet address(es):

      Main address: www.derby.ac.uk

      I.2)Information about 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-Derby:-Risk-or-hazard-assessment-other-than-for-construction./9Y55RQ54P3
      Additional information can be obtained from another address:
      University of Derby
      Kedleston Road
      Derby
      DE22 1GB
      United Kingdom
      E-mail: MTJfLHFfanI+YmNwYHcsX2Esc2k=
      NUTS code: UKF11

      Internet address(es):

      Main address: www.derby.ac.uk

      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
      Education

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

      Supply of Fire Risk Assessments and Passive Fire Compartmentation Surveys

      Reference number: PROC AS ITT/026
      II.1.2)Main CPV code
      90711100
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The University is inviting tenders for the supply of Fire Risk Assessments and Passive Fire and Compartmentation Surveys across its whole estate, which includes residential properties as well as tutorial properties over its sites in Derby, Buxton, Leek and Chesterfield.

      This new contract is required so that the University is able to continually meet its statutory and legislative requirements and with regard to Fire Risk Assessments (FRA). To ensure that there is adequate fire compartmentation of all buildings a Passive Fire and Compartmentation Surveys (PFCS) are requested.

      II.1.5)Estimated total value
      Value excluding VAT: 185 000.00 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
      Main site or place of performance:

      Derby.

      II.2.4)Description of the procurement:

      The University is inviting tenders for the supply of Fire Risk Assessments and Passive Fire and Compartmentation Surveys across its whole estate, which includes residential properties as well as tutorial properties over its sites in Derby, Buxton, Leek and Chesterfield.

      This new contract is required so that the University is able to continually meet its statutory and legislative requirements and with regard to Fire Risk Assessments (FRA). To ensure that there is adequate fire compartmentation of all buildings a Passive Fire and Compartmentation Surveys (PFCS) are requested.

      Derbyshire Student Residential Ltd (DSRL) are a subsidiary of the University of Derby and are responsible for the ownership, running and management of its residential properties.

      The University invites suppliers to submit proposals to complete Fire Risk Assessments and Passive Fire and Compartmentation Surveys on the entire property estate.

      The University wishes to appoint a supplier who shares its commitment to sustainability, will help minimise the environmental impact of its operation and will actively contribute to the achievement of its business objectives, in line with the University’s Environmental Policy. It should be noted that targets are subject to review and subsequent changes, which aim to drive continuous improvement.

      The University recognises that markets and businesses are changing at an ever-increasing pace. The requirements detailed in this document are, therefore, the minimum acceptable to the University and shall be capable of development where appropriate and relevant.

      During the life of the Contract, the University shall be entitled (but not obligated) to order additional items or services, which are in line with the ongoing requirements detailed in this document. These will be subject to the provisions relating to pricing in the Contract. Wherever possible such additional items shall be based on the prices quoted in the Pricing Schedule.

      There are 70 buildings listed in Form T6 Pricing Schedule, 60 of which require FRA and 52 of these that also require PFCS to be undertaken. The University requires at least 1 building to be inspected every 10 days. Accompanying reports and drawings, where applicable, must be sent to a named member of staff at UoD a maximum of 10 working days after the completion of each survey.

      The duration of this contract is for 3 years with the option to extend by a further 1 year. The surveys are to commence within 4 weeks of the award of the contract and once the initial schedule has been delivered, there may be a need to repeat FRA tests during the contract period in line with legislation and University requirements.

      The programming of the FRA and PFCS for all properties identified in Form T6 Pricing Schedule will be agreed between the UoD and the Highest Scoring Tenderer during a pre-contract meeting and this schedule will form part of the Contract.

      There may be a requirement to complete additional, ad hoc surveys; alternatively, the number of surveys required may reduce over the duration of the Contract. The UoD can offer no commitment as to the volume of work required over the life of the Contract. Costs for any additional surveys will be agreed between both parties, with Form T6 Pricing Schedule used as a pricing benchmark.

      This contract will not be divided into lots, as the nature of the requirement is such that it cannot be fragmented for reasons of efficiency and resource implications.

      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: 185 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      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: yes
      Description of options:

      Option to extend for a further 12 months following the initial 3 year contract period.

      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:

      Organisational membership of FRACS, BAFE, IFE, IFSM IFPO or equivalent is required.

      The Contractor will be required to comply with the latest version of the following legislation and codes of practice (along with any updates and new relevant legislation and codes of practice as may arise during the life of the contract) to ensure the health, safety and welfare of his employees, University staff, students and visitors:

      — Health and Safety at Work etc. Act 1974,

      — the Regulatory Reform (Fire Safety) Order 2005,

      — Management of Health and Safety at Work Regulations 1999,

      — BS 5839 part 1 2015 Fire detection and fire alarm systems for buildings,

      — BS5839 part 9 2011 Fire detection and fire alarm systems for buildings,

      — code of practice for emergency voice communication systems,

      — reporting of Injuries, Diseases and Dangerous Occurrences Regulations 2013,

      — the Workplace (Health, Safety and Welfare) Regulations 1992,

      — the Occupiers' Liability Act 1984, or

      — equivalent legislation.

      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: 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: 13/11/2018
      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: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 13/11/2018
      Local time: 12:00
      Place:

      University of Derby.

      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
      Electronic payment will be used
      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.

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

      https://www.delta-esourcing.com/tenders/UK-UK-Derby:-Risk-or-hazard-assessment-other-than-for-construction./9Y55RQ54P3

      To respond to this opportunity, please click here:

      https://www.delta-esourcing.com/respond/9Y55RQ54P3

      GO Reference: GO-20181012-PRO-13359208

      VI.4)Procedures for review
      VI.4.1)Review body
      Financial Controller
      Finance Department, University of Derby, Kedleston Road
      Derby
      DE22 1GB
      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:
      12/10/2018
    © 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 16.10.2018
Zuletzt aktualisiert 16.10.2018
Wettbewerbs-ID 2-317785 Status Kostenpflichtig
Seitenaufrufe 31