Fire Safety Consultancy Framework – Scotland
Framework Agreement for fire safety consultancy services over three lots — fire risk assessments, fire safety consultancy, fire safety engineering consultancy services.
United Kingdom-Edinburgh: Fire-prevention services
2020/S 082-194754
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 95 McDonald Road
Town: Edinburgh
NUTS code: UKM
Postal code: EH7 4NS
Country: United Kingdom
Contact person: Jane Brighouse
E-mail: jbrighouse@pfh.co.uk
Telephone: +44 8000315405
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA18142
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:
PfH Scotland Fire Safety Consultancy Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
PfH Scotland wish to establish a framework agreement for fire safety consultancy services over three lots — fire risk assessments, fire safety consultancy, fire safety engineering consultancy services. The framework will be divided into six geographic regions across Scotland.
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 to be carried out in compliance with the principles and methodology of PAS 79: 2012. The framework will be divided into six geographic regions. PFH Scotland anticipate awarding places to five suppliers per region but reserve the right to award a greater or fewer number of suppliers depending on the bids received.
II.2.5)Award criteria
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
Organisations applying for lot 1 must be able to provide at least Type 1 and Type 3 fire risk assessments.
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 five (5) 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.2.7)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.2.1)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 five (5) 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.2.7)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.1.2)Economic and financial standing
1) Bidders must have the following minimum levels of general annual turnover for the lots and value bands they are applying for:
Lot 1: GBP 200 000
Lot 2: GBP 200 000
Lot 3: GBP 500 000.
PfH will obtain an independent third-party risk report from experian using the company registration number supplied by the bidder. Any bidder who does not meet the minimum threshold of 50 out of 100 (Average Risk) will be subject to further investigation. This may entail a review of recent accounts and PfH reserves the right to request additional information to satisfy itself that the organisation is financially secure. PfH reserves the right to reject a bidder where it has doubts over the financial position of an organisation. It is the bidder’s responsibility to ensure that all information held by Experian is accurate when submitting their tender.
2) Bidders are required to hold the following minimum levels of Insurance:
Employers liability –GBP 5 m (five million pounds)
Public liability insurance – GBP 10 m (ten million pounds)
Professional indemnity insurance – GBP 5 m (five million pounds).
III.1.3)Technical and professional ability
1) Bidders are required to be able to supply at least three contract examples for each lot they are bidding for. Such examples must be within the last three years and must provide sufficient detail to enable PfH to be able to identify and assess the relevance of the contract examples to the services required under the framework agreement. Bidders should use question 4C.1.2 to respond to the requirement. Bidders that are unable to provide three relevant and appropriate examples demonstrating sufficient experience (or provide a justification why they are unable to do so) will be excluded from the procurement process.
2) For lot 1: bidders are required to self-certify that they hold membership of at least one of the following: BAFE Life Safety Risk Assessment SP205 or IFCC0099 or Fire Risk Assessor’s Accreditation Scheme (FRACS). Bidders must be able to provide evidence of membership if requested. Where equivalent national memberships are held, bidders must be able to demonstrate equivalence with those memberships.
3) For Lot 1: bidders are required to be able to provide at least Type 1 and Type 3 fire risk assessments.
4. For lot 2: bidders are required to self-certify that they are registered on the BAFE fire safety register. Bidders must be able to provide evidence of membership if requested. Where equivalent national memberships are held, bidders must be able to demonstrate equivalence with those memberships.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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:
The following requirements apply:
1) Bidders may be excluded if they are in any of the situations referred to in Regulation 58 of the PCSR 2015;
2) If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers in the country where they are established;
3) Bidders must state for each lot the proportion of the contract they expect to subcontract;
4) Quality assurance. Bidders must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 or demonstrate they have robust equivalent quality standards in operation in accordance with the ESPD Scoring Methodology;
5) Health and safety. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 or has within the last 12 months successfully met the assessment requirements of a construction related scheme in registered membership of the Safety Schemes in Procurement (SSIP) or can demonstrate they have robust health and safety standards within the organisation in accordance with the ESPD Scoring Methodology;
6) Environmental. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 or can demonstrate it has robust environmental standards including those elements in accordance with the ESPD Scoring Methodology.
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 FOI 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; 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; Any housing Arm’s Length Management Organisation (ALMO) that becomes a member of PfH during the period of the framework; Any wholly owned subsidiaries of the above and any other contracting authority listed on the following 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 Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=620362
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
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.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community Benefits are required to be stated as part of the ITT Response
(SC Ref:620362)
VI.4.1)Review body
Postal address: Parliament House, Parliament Square
Town: Edinburgh
Postal code: EH1 1RQ
Country: United Kingdom
Telephone: +44 1312252595Internet address: https://www.scotcourts.gov.uk/the-courts/court-locations/court-of-session
VI.5)Date of dispatch of this notice: