University of Derby: Supply of Fire Risk Assessments and Passive Fire Compartmentation Surveys

  University of Derby is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Supply of Fire Risk Assessments and Passive Fire Compartmentation Surveys
Notice type: Contract Notice
Authority: University of Derby
Nature of contract: Services
Procedure: Open
Short Description: The University is inviting tenders for the supply of Fire Risk Assessments and Passive Fire and Compartmentation Surveys across its whole estate, which includes residential properties as well as tutorial properties over its sites in Derby, Buxton, Leek and Chesterfield. This new contract is required so that the University is able to continually meet its statutory and legislative requirements and with regard to Fire Risk Assessments (FRA). To ensure that there is adequate fire compartmentation of all buildings a Passive Fire and Compartmentation Surveys (PFCS) are requested.
Published: 12/10/2018 09:45
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-Derby: Risk or hazard assessment other than for construction.
Section I: Contracting Authority
      I.1) Name and addresses
             University of Derby
             Kedleston Road, Derby, DE22 1GB, United Kingdom
             Email: a.salt@derby.ac.uk
             Contact: Anna Salt
             Main Address: www.derby.ac.uk
             NUTS Code: UKF11
      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-Derby:-Risk-or-hazard-assessment-other-than-for-construction./9Y55RQ54P3
      Additional information can be obtained from: address as in Annex A.I:
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Derby:-Risk-or-hazard-assessment-other-than-for-construction./9Y55RQ54P3 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
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Supply of Fire Risk Assessments and Passive Fire Compartmentation Surveys       
      Reference Number: PROC AS ITT/026
      II.1.2) Main CPV Code:
      90711100 - Risk or hazard assessment other than for construction.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The University is inviting tenders for the supply of Fire Risk Assessments and Passive Fire and Compartmentation Surveys across its whole estate, which includes residential properties as well as tutorial properties over its sites in Derby, Buxton, Leek and Chesterfield.
This new contract is required so that the University is able to continually meet its statutory and legislative requirements and with regard to Fire Risk Assessments (FRA). To ensure that there is adequate fire compartmentation of all buildings a Passive Fire and Compartmentation Surveys (PFCS) are requested.       
      II.1.5) Estimated total value:
      Value excluding VAT: 185,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKF11 Derby
      
      II.2.4) Description of procurement: The University is inviting tenders for the supply of Fire Risk Assessments and Passive Fire and Compartmentation Surveys across its whole estate, which includes residential properties as well as tutorial properties over its sites in Derby, Buxton, Leek and Chesterfield.

This new contract is required so that the University is able to continually meet its statutory and legislative requirements and with regard to Fire Risk Assessments (FRA). To ensure that there is adequate fire compartmentation of all buildings a Passive Fire and Compartmentation Surveys (PFCS) are requested.

Derbyshire Student Residential Ltd (DSRL) are a subsidiary of the University of Derby and are responsible for the ownership, running and management of its residential properties.

The University invites suppliers to submit proposals to complete Fire Risk Assessments and Passive Fire and Compartmentation Surveys on the entire property estate.

The University wishes to appoint a supplier who shares its commitment to sustainability, will help minimise the environmental impact of its operation and will actively contribute to the achievement of its business objectives, in line with the University’s Environmental Policy. It should be noted that targets are subject to review and subsequent changes, which aim to drive continuous improvement.

The University recognises that markets and businesses are changing at an ever-increasing pace. The requirements detailed in this document are, therefore, the minimum acceptable to the University and shall be capable of development where appropriate and relevant.

During the life of the Contract, the University shall be entitled (but not obligated) to order additional items or services, which are in line with the on-going requirements detailed in this document. These will be subject to the provisions relating to pricing in the Contract. Wherever possible such additional items shall be based on the prices quoted in the Pricing Schedule.

There are 70 buildings listed in Form T6 Pricing Schedule, 60 of which require FRA and 52 of these that also require PFCS to be undertaken. The University requires at least one building to be inspected every 10 days. Accompanying reports and drawings, where applicable, must be sent to a named member of staff at UoD a maximum of 10 working days after the completion of each survey.

The duration of this contract is for 3 years with the option to extend by a further 1 year. The surveys are to commence within four weeks of the award of the contract and once the initial schedule has been delivered, there may be a need to repeat FRA tests during the contract period in line with legislation and University requirements.

The programming of the FRA and PFCS for all properties identified in Form T6 Pricing Schedule will be agreed between the UoD and the Highest Scoring Tenderer during a pre-contract meeting and this schedule will form part of the Contract.

There may be a requirement to complete additional, ad hoc surveys; alternatively, the number of surveys required may reduce over the duration of the Contract. The UoD can offer no commitment as to the volume of work required over the life of the Contract. Costs for any additional surveys will be agreed between both parties, with Form T6 Pricing Schedule used as a pricing benchmark.

This contract will not be divided into lots, as the nature of the requirement is such that it cannot be fragmented for reasons of efficiency and resource implications.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 185,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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:       Yes             
      Description of options: Option to extend for a further 12 months following the initial 3 year contract period.
      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:          
      Organisational membership of FRACS, BAFE, IFE, IFSM IFPO or equivalent is required.

The Contractor will be required to comply with the latest version of the following legislation and codes of practice (along with any updates and new relevant legislation and codes of practice as may arise during the life of the contract) to ensure the health, safety and welfare of his employees, University staff, students and visitors:
•Health and Safety at Work etc. Act 1974
•The Regulatory Reform (Fire Safety) Order 2005
•Management of Health and Safety at Work Regulations 1999
•BS 5839 part 1 2015 Fire detection and fire alarm systems for buildings
•BS5839 part 9 2011 - Fire detection and fire alarm systems for buildings.
•Code of practice for emergency voice communication systems
•Reporting of Injuries, Diseases and Dangerous Occurrences Regulations 2013
•The Workplace (Health, Safety and Welfare) Regulations 1992
•The Occupiers' Liability Act 1984
or equivalent legislation    
      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: Yes       
   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: 13/11/2018 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:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 13/11/2018
         Time: 12:00
         Place:
         University of Derby
      

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 Yes       
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Derby:-Risk-or-hazard-assessment-other-than-for-construction./9Y55RQ54P3

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9Y55RQ54P3
   VI.4) Procedures for review
   VI.4.1) Review body:
             Financial Controller
       Finance Department, University of Derby, Kedleston Road, Derby, DE22 1GB, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   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: 12/10/2018

Annex A
   I) Addresses and contact points from which further information can be obtained:
       University of Derby
       Kedleston Road, Derby, DE22 1GB, United Kingdom
       Email: a.salt@derby.ac.uk
       Main Address: www.derby.ac.uk
       NUTS Code: UKF11   


View any Notice Addenda

View Award Notice

UK-Derby: Risk or hazard assessment other than for construction.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       University of Derby
       Kedleston Road, Derby, DE22 1GB, United Kingdom
       Email: a.salt@derby.ac.uk
       Contact: Anna Salt
       Main Address: www.derby.ac.uk
       NUTS Code: UKF11

   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:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Supply of Fire Risk Assessments and Passive Fire Compartmentation Surveys            
      Reference number: PROC AS ITT/026

      II.1.2) Main CPV code:
         90711100 - Risk or hazard assessment other than for construction.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The University is inviting tenders for the supply of Fire Risk Assessments and Passive Fire and Compartmentation Surveys across its whole estate, which includes residential properties as well as tutorial properties over its sites in Derby, Buxton, Leek and Chesterfield.
This new contract is required so that the University is able to continually meet its statutory and legislative requirements and with regard to Fire Risk Assessments (FRA). To ensure that there is adequate fire compartmentation of all buildings a Passive Fire and Compartmentation Surveys (PFCS) are requested.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 80,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKF11 - Derby
   
      Main site or place of performance:
      Derby
             

      II.2.4) Description of the procurement: The University is inviting tenders for the supply of Fire Risk Assessments and Passive Fire and Compartmentation Surveys across its whole estate, which includes residential properties as well as tutorial properties over its sites in Derby, Buxton, Leek and Chesterfield.

This new contract is required so that the University is able to continually meet its statutory and legislative requirements and with regard to Fire Risk Assessments (FRA). To ensure that there is adequate fire compartmentation of all buildings a Passive Fire and Compartmentation Surveys (PFCS) are requested.

Derbyshire Student Residential Ltd (DSRL) are a subsidiary of the University of Derby and are responsible for the ownership, running and management of its residential properties.

The University invites suppliers to submit proposals to complete Fire Risk Assessments and Passive Fire and Compartmentation Surveys on the entire property estate.

The University wishes to appoint a supplier who shares its commitment to sustainability, will help minimise the environmental impact of its operation and will actively contribute to the achievement of its business objectives, in line with the University’s Environmental Policy. It should be noted that targets are subject to review and subsequent changes, which aim to drive continuous improvement.

The University recognises that markets and businesses are changing at an ever-increasing pace. The requirements detailed in this document are, therefore, the minimum acceptable to the University and shall be capable of development where appropriate and relevant.

During the life of the Contract, the University shall be entitled (but not obligated) to order additional items or services, which are in line with the on-going requirements detailed in this document. These will be subject to the provisions relating to pricing in the Contract. Wherever possible such additional items shall be based on the prices quoted in the Pricing Schedule.

There are 70 buildings listed in Form T6 Pricing Schedule, 60 of which require FRA and 52 of these that also require PFCS to be undertaken. The University requires at least one building to be inspected every 10 days. Accompanying reports and drawings, where applicable, must be sent to a named member of staff at UoD a maximum of 10 working days after the completion of each survey.

The duration of this contract is for 3 years with the option to extend by a further 1 year. The surveys are to commence within four weeks of the award of the contract and once the initial schedule has been delivered, there may be a need to repeat FRA tests during the contract period in line with legislation and University requirements.

The programming of the FRA and PFCS for all properties identified in Form T6 Pricing Schedule will be agreed between the UoD and the Highest Scoring Tenderer during a pre-contract meeting and this schedule will form part of the Contract.

There may be a requirement to complete additional, ad hoc surveys; alternatively, the number of surveys required may reduce over the duration of the Contract. The UoD can offer no commitment as to the volume of work required over the life of the Contract. Costs for any additional surveys will be agreed between both parties, with Form T6 Pricing Schedule used as a pricing benchmark.

This contract will not be divided into lots, as the nature of the requirement is such that it cannot be fragmented for reasons of efficiency and resource implications.

      II.2.5) Award criteria:
                  
      Cost criterion - Name: Quality / Weighting: 600
      Cost criterion - Name: Price / Weighting: 400
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Option to extend for a further 12 months following the initial 3 year contract period.

      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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2018/S 199-451916
      
   

   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: PROC AS ITT/026    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/11/2017

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: 8 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         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)
             Oakleaf Surveying Limits
             32 Duncan Close, Moulton Park, Northampton, NN3 6WL, United Kingdom
             NUTS Code: UKF11
            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: Not Provided          
         Total value of the contract/lot: 80,000
         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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=362800820

   VI.4) Procedures for review

      VI.4.1) Review body
          Financial Controller
          Finance Department, University of Derby, Kedleston Road, Derby, DE22 1GB, United Kingdom

      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: 20/12/2018