Fire Risk Assessments Belfast
Fire Risk Assessments on their behalf to a number of schemes throughout Ireland for Choice Housing Ireland Ltd and Oaklee Trust.
United Kingdom-Belfast: Risk or hazard assessment for construction
2016/S 138-249945
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
37-41 May Street
Belfast
BT1 4DN
United Kingdom
Contact person: Procurement Manager — Kiara Dryden
Telephone: +44 2890441317
E-mail: contracts@choice-housing.org
NUTS code: UKN
Internet address(es):Main address: http://www.choice-housing.org/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Fire Risk Assessments.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Choice Housing Ireland wish to engage a Consultant to carry out Fire Risk Assessments on their behalf to a number of schemes throughout Ireland for Choice Housing Ireland Ltd and Oaklee Trust. The appointment will be for a period of 3 years.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Choice Housing Ireland and Oaklee Housing wish to engage the services of a suitably experienced and competent consultancy to carry out Fire Risk Assessments (FRAs) in relation to its housing stock. FRAs are a statutory requirement for some properties including registered care homes and HMOs (relevant properties). For non-relevant properties such as purpose built blocks of flats and sheltered housing schemes, they are completed as good management practice.
The term of the contract will be for 3 years.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Refer to procurement documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The cost of responding to the ITT and any subsequent tender information and/or participation exercise in the procurement process generally will be borne solely by the economic operator participating. A Memorandum of Information and ITT is available in respect of the project referred to in Section I) above. Economic operators should note that the Contracting Authority reserves the right to cancel this procurement process at any stage. Any expenditure, work or effort undertaken prior to the contract award is at the sole risk of the economic operator participating in this procurement process. All discussions and correspondence will be deemed strictly ‘Subject to Contract’ until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of the parties. Any date given in Section IV) above is a best estimate at the time of dispatch. The Contracting Authority reserves the right to extend any such date. Neither the publication of this Notice nor the employment of any particular terminology or any other indication shall be taken to mean that the Contracting Authority intends to hold itself bound by Directive 2014/24/EU of the European Parliament and of the Council (as Amended) as implemented by the Public Contracts Regulations 2015 as amended.
VI.4.1)Review body
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Fire Risk Assessment Works Programme Sheffield
Fire Equipment Supplies Contract Newcastle
Fire Fighting Equipment Maintenance Inverclyde