Fire Safety Consultancy Framework – England, Wales and Northern Ireland
PfH wishes to establish a framework agreement across England, Wales and Northern Ireland to supply fire safety consultancy services over three Lots.
United Kingdom-Warrington: Fire-prevention services
2020/S 080-189766
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 2 Olympic Way, Woolston Grange Avenue, Birchwood
Town: Warrington
NUTS code: UK
Postal code: WA2 0YL
Country: United Kingdom
Contact person: Jane Brighouse
E-mail: jbrighouse@pfh.co.uk
Telephone: +44 1925286379
Main address: https://www.procurementforhousing.co.uk
Address of the buyer profile: https://www.in-tendhost.co.uk/procurementforhousing/aspx/home
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Fire Safety Consultancy Framework Agreement
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. PfH wishes to establish a framework agreement across England, Wales and Northern Ireland to supply fire safety consultancy services over three lots:
— fire risk assessments,
— fire safety consultancy services, and
— fire safety engineering consultancy services.
The framework will be awarded for 4 years. A separate framework is being procured for Scotland.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Fire Risk Assessments
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of fire risk assessments across five regions: North of England, Midlands, Wales, South of England, Northern Ireland. Candidates may apply for one or all regions, but will be expected to be able to provide services to at least 80 % of the region they are applying for. Supplier will be required to be able to supply at least Type 1 and Type 3 Risk Assessments but PfH is also intends the framework to cover Type 2 and Type 4 Fire Risk Assessments also. PfH intends to award places on the framework to six (6) suppliers per region but reserves the right to award places to a greater or fewer number of suppliers depending on the bids received.
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
II.2.14)Additional information
II.2.1)Title:
Fire Safety Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of fire safety consultancy services including, but not limited to: compliance reviews, review of policy and strategy, fire safety training, advice following fire risk assessments, advice on legislative requirements, project management services, support for fire risk management systems and other services as set out in the tender documentation. The framework will be awarded on a national basis. PfH intends to award places on the framework to six (6) suppliers but reserves the right to award places to a greater or fewer number of suppliers depending on the bids received.
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
II.2.14)Additional information
II.2.1)Title:
Fire Safety Engineering Consultancy Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of fire safety engineering consultancy services including, but not limited to: mechanical and electrical engineering services in respect of fire safety, design of sprinkler systems and fire suppression systems, fire safety and protection systems, project management, procurement services and other fire safety engineering services in new or existing buildings. The framework will be awarded on a national basis. PfH intends to award places on the framework to six (6) suppliers but reserves the right to award places to a greater or fewer number of suppliers depending on the bids received.
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
II.2.14)Additional information
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
As set out in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
Not applicable
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.2)Information about electronic workflows
VI.3)Additional information:
This framework may be used by any contracting authority listed in or referred to in the OJEU notice. This includes:
— all current members of PfH at the time of the OJEU notice for this procurement;
— any registered provider of social housing (or Welsh registered social landlord or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the framework agreement;
— any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the framework agreement;
Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; Any housing Arm`s Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations And any other contracting authority listed on the following page of the PfH website http://procurementforhousing.co.uk/permissible-users/ at the time of the OJEU notice for this procurement. NOTE: To register your interest in this notice and obtain any additional information,please visit the In-Tend website at: https://in-tendhost.co.uk/procurementforhousing/aspx/home The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://in-tendhost.co.uk/procurementforhousing/aspx/home Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
VI.4.1)Review body
Postal address: Cabinet Office
Town: London
Country: United Kingdom
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Telephone: +44 3450103503
VI.4.3)Review procedure
VI.5)Date of dispatch of this notice: