Torus62 Ltd: Provision of Fire Risk Assessments

  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
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-St Helens: Technical inspection services.
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

UK-St Helens: Technical inspection services.

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