Torus62 Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Provision of Fire Risk Assessments |
Notice type: | Contract Notice |
Authority: | Torus62 Ltd |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Torus are going out to market to seek a provider to carry out Fire Risk Assessments predominantly in the Warrington and St Helens area's however this could expand in the future outside the North West region. Torus are also looking for the provider to manage all FRA works/outcomes on an electronic software system. The contract length is initially 48 months with the option to extend twice for a further 24 months and a further 12 months (7 years in total) |
Published: | 05/05/2017 12:07 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Torus62 Limited
Helena Central, 4 Corporation Street, St Helens, WA9 1LD, United Kingdom
Tel. +44 1744417842, Email: kate.keeley@wearetorus.co.uk
Contact: Kate Keeley
Main Address: www.wearetorus.co.uk
NUTS Code: UKD
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
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-St-Helens:-Technical-inspection-services./6AK978863P
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Fire Risk Assessments
Reference Number: 241743649
II.1.2) Main CPV Code:
71631000 - Technical inspection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Torus are going out to market to seek a provider to carry out Fire Risk Assessments predominantly in the Warrington and St Helens area's however this could expand in the future outside the North West region. Torus are also looking for the provider to manage all FRA works/outcomes on an electronic software system. The contract length is initially 48 months with the option to extend twice for a further 24 months and a further 12 months (7 years in total)
II.1.5) Estimated total value:
Value excluding VAT: 350,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
II.2.3) Place of performance:
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: Torus are going out to market to seek a provider to carry out Fire Risk Assessments predominantly in Warrington and St Helens. Fire Risk Assessors must be competent, fully trained and have relevant experience. As a minimum requirement of this contract Torus are also looking for the provider to produce and store live management reporting of FRA required, categorisation and identification of remedial works, overall compliance status on an electronic software system. An extensive risk assessment exercise prior to going out to market has been undertaken to identify the possible frequencies for the various building types which are low, medium and high risk. Typical buildings would be: Head Office buildings/local offices, Works depots, High rise units, Sheltered Accommodation Homes, Communal areas. Current quantities of buildings across both Warrington and St Helens is 502, however this may increase in the future. Please note the profile of building types is not fixed; Torus may add or withdraw from the profile described throughout the duration of the contract.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 70
Cost criterion - Name: Criterion 1 / Weighting: 30
II.2.6) Estimated value:
Value excluding VAT: 350,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 84
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 05/06/2017 Time: 12:00
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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 05/06/2017
Time: 12:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used No
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.
Please see below for the minimum requirements that are set out within this tender. Tenderers are required to meet these requirements in order to be suitable for this contract:
Operating to BAFE SP205 (approval for 'Life Fire Safety Assessments') or can demonstrate an equivalent or higher operating model or standard that satisfies the requirements of Torus.
Membership of the Institution of Fire Engineers
To have in place at the start of the contract a 'live' online data portal in which stores information about Fire Risk Assessments and can produce management reports in which Torus can have access to.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-St-Helens:-Technical-inspection-services./6AK978863P
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6AK978863P
VI.4) Procedures for review
VI.4.1) Review body:
Torus62 Limited
Helena Central, 4 Corporation Street, St Helens, WA9 1LD, United Kingdom
Internet address: www.wearetorus.co.uk
VI.4.2) Body responsible for mediation procedures:
Golden Gates Housing
Bank House, Warrington, WA1 1RH, United Kingdom
Tel. +44 1925452409
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 05/05/2017
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Torus62 Limited
Helena Central, 4 Corporation Street, St Helens, WA9 1LD, United Kingdom
Tel. +44 1744417842, Email: kate.keeley@wearetorus.co.uk
Contact: Kate Keeley
Main Address: www.wearetorus.co.uk
NUTS Code: UKD
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Provision of Fire Risk Assessments
Reference number: 241743649
II.1.2) Main CPV code:
71631000 - Technical inspection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Torus are going out to market to seek a provider to carry out Fire Risk Assessments predominantly in the Warrington and St Helens area's however this could expand in the future outside the North West region. Torus are also looking for the provider to manage all FRA works/outcomes on an electronic software system. The contract length is initially 48 months with the option to extend twice for a further 24 months and a further 12 months (7 years in total)
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 350,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
71631000 - Technical inspection services.
II.2.3) Place of performance
Nuts code:
UKD - NORTH WEST (ENGLAND)
Main site or place of performance:
NORTH WEST (ENGLAND)
II.2.4) Description of the procurement: Torus are going out to market to seek a provider to carry out Fire Risk Assessments predominantly in Warrington and St Helens. Fire Risk Assessors must be competent, fully trained and have relevant experience. As a minimum requirement of this contract Torus are also looking for the provider to produce and store live management reporting of FRA required, categorisation and identification of remedial works, overall compliance status on an electronic software system. An extensive risk assessment exercise prior to going out to market has been undertaken to identify the possible frequencies for the various building types which are low, medium and high risk. Typical buildings would be: Head Office buildings/local offices, Works depots, High rise units, Sheltered Accommodation Homes, Communal areas. Current quantities of buildings across both Warrington and St Helens is 502, however this may increase in the future.
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 70
Cost criterion - Name: Criterion 1 / Weighting: 30
II.2.11) Information about options
Options: No
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: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Provision of Fire Risk Assessments
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/07/2017
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Fire Safety Solutions
Lodge House, Lodge Square, Cow Lane, Burnley, BB11 1NN, United Kingdom
Tel. +44 1282427082
Internet address: http://www.firesafetysolutions.com/
NUTS Code: UKD
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 350,000
Total value of the contract/lot: 350,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
Please see below for the minimum requirements that are set out within this tender. Operating to BAFE SP205 (approval for 'Life Fire Safety Assessments') or can demonstrate an equivalent or higher operating model or standard that satisfies the requirements of Torus.
Membership of the Institution of Fire Engineers
To have in place at the start of the contract a 'live' online data portal in which stores information about Fire Risk Assessments and can produce management reports in which Torus can have access to.
To view this notice, please click here:
https://torus.delta-esourcing.com/delta/viewNotice.html?noticeId=280347329
VI.4) Procedures for review
VI.4.1) Review body
Torus62 Limited
Helena Central, 4 Corporation Street, St Helens, WA9 1LD, United Kingdom
Internet address: www.wearetorus.co.uk
VI.4.2) Body responsible for mediation procedures
Golden Gates Housing
Bank House, Warrington, WA1 1RH, United Kingdom
Tel. +44 1925452409
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 26/09/2017