Tender for Fire Risk Assessment Services – Peterborough
Fire risk assessment services across Peterborough City Council premises.
United Kingdom-Peterborough: Fire and explosion protection and control consultancy services
2020/S 072-173472
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Sand Martin House
Town: Peterborough
NUTS code: UKH11
Postal code: PE2 8TY
Country: United Kingdom
Contact person: Mike Ligorio
E-mail: mike.ligorio@peterborough.gov.uk
Telephone: +44 7944444643
Address of the buyer profile: https://secure.sourcedogg.com/profile/57fad8bb-8f6a-4ab1-afeb-531e2ec7e009
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
A Request for the Provision of Fire Risk Assessment Services across Peterborough City Council Premises
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Peterborough City Council wishes to appoint a suitably experienced and qualified supplier, for a period of 36 months commencing April 2020, to fulfil the role of the ‘Competent Person’ in the production of fire risk assessments (FRA).
This includes the following:
(a) complete a FRA for each premises;
(b) undertake interim FRA as and when/if building changes have been made;
(c) establish a 3-year cycle to undertaking the FRA in line with the attached ‘Premise List’;
(d) FRA must be completed within the agreed timescale;
(e) cover various types of premises ranging from offices, schools, blocks of flats, leisure facilities, libraries, pavilions, community centres;
(f) provide an action plan (AP) of recommendations identified within the FRA.
The FRA is required to systematically evaluate the factors that determine a possible hazard from fire within the premises and to assist with the protection from fire.
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:
Peterborough City Council wishes to appoint a suitably experienced and qualified supplier, for a period of 36 months commencing April 2020, to fulfil the role of the ‘Competent Person’ in the production of fire risk assessments (FRA).
This includes the following:
(a) complete a FRA for each premises;
(b) undertake interim FRA as and when/if building changes have been made;
(c) establish a 3-year cycle to undertaking the FRA in line with the attached ‘Premise List’;
(d) FRA must be completed within the agreed timescale;
(e) cover various types of premises ranging from offices, schools, blocks of flats, leisure facilities, libraries, pavilions, community centres;
(f) provide an action plan (AP) of recommendations identified within the FRA.
The FRA is required to systematically evaluate the factors that determine a possible hazard from fire within the premises and to assist with the protection from fire.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
(+1 year, +1 year) increments.
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
As a minimum standard, the following credentials are to be held by the provider and maintained through continued professional development based on the institution of fire engineers (IFE) guidance.
• fire risk assessor to be accredited by an industry recognised 3rd party scheme;
• membership of the institution of fire engineers (IFE) or similar.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Services shall be delivered in compliance with standards defined in:
(a) FRA in accordance with provision the Regulatory Reform (Fire Safety) Order 2005 for England and Wales,
(b) in accordance with PAS 79:2012 or other acceptable templates, and
(c) all other applicable guidance documents.
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.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Postal address: Town Hall, Bridge Street
Town: Peterborough
Postal code: PE1 1HF
Country: United Kingdom
E-mail: mike.ligorio@peterborough.gov.uk
Telephone: +44 7944444643Internet address: https://www.peterborough.gov.uk/
VI.5)Date of dispatch of this notice: