Leicester City Council: Fire Risk Assessments & Associated Training

  Leicester City Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Fire Risk Assessments & Associated Training
Notice type: Contract Notice
Authority: Leicester City Council
Nature of contract: Services
Procedure: Open
Short Description: Leicester City Council requires a supplier for Fire Risk Assessments and associated support services for all departments.
Published: 25/09/2014 15:58
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-Leicester: Fire-prevention services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Leicester City Council
      115 Charles Street, Leicester, LE1 1FZ, United Kingdom
      Tel. +44 1164544037, Email: Andy.Button@Leicester.gov.uk, URL: www.leicester.gov.uk
      Contact: Procurement Services, Attn: Andy Button
      Electronic Submission URL: https://www.delta-esourcing.com/respond/77S3U68XMU

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Fire Risk Assessments & Associated Training
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 11

         Region Codes: UKF21 - Leicester         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Fire-prevention services. Leicester City Council requires a supplier for Fire Risk Assessments and associated support services for all departments.
         
      II.1.6)Common Procurement Vocabulary:
         75251110 - Fire-prevention services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      To specifically work alongside the Technical Services Section to review and develop existing fire safety policies and procedures in relation to the Regulatory Reform (Fire Safety) Order 2005 and all subsequent amendments thereof in order to: •Review and update existing fire risk assessments.•Carry out robust and comprehensive (destructive and non-destructive) fire risk assessments.•Formulate building specific action plans. •Provide consultancy services. •Design and deliver a range of training courses (including online training tools) for responsible persons, trade operatives and other staff to develop a knowledge and understanding such that fire risk assessments can be competently carried out by Leicester City Council staff.Please refer to Section 3 for full specification.The contract(s) will be for an initial period of Three years, thereafter there will be an option to extend the contract for a further Two periods of 12 months. (entirely at the discretion of the Council).         
         Estimated value excluding VAT: 3,000,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The provision of appropriate bond,guarantees and warrentys is reserved.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As per contract documentation.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: TAN0099      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 04/11/2014
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Not Provided

Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: 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, and the contract will be awarded on the basis of the most economically advantageous tender.The value of the contract given is GBP 3million, is for the whole life of the contract, including any extensions if taken up.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Fire-prevention-services./77S3U68XMU

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/77S3U68XMU
GO-2014925-PRO-6037798 TKR-2014925-PRO-6037797
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 25/09/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Leicester: Fire-prevention services.

Section I: Contracting Authority
   Title: UK-Leicester: Fire-prevention services.
   I.1)Name, Addresses and Contact Point(s):
      Leicester City Council
      115 Charles Street, Leicester, LE1 1FZ, United Kingdom
      Tel. +44 1164544037, Email: Andy.Button@Leicester.gov.uk, URL: www.leicester.gov.uk
      Contact: Procurement Services, Attn: Andy Button
      Electronic Submission URL: https://www.delta-esourcing.com/respond/77S3U68XMU

   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Not Provided

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Fire Risk Assessments & Associated Training      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 11
         
         Region Codes: UKF21 - Leicester         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Fire-prevention services. Leicester City Council requires a supplier for Fire Risk Assessments and associated support services for all departments.
      II.1.5)Common procurement vocabulary:
         75251110 - Fire-prevention services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 3,000,000
         Currency: GBP

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Open
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 60
         Price - 40
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: TAN0099         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2014/S 187 - 330378 of 25/09/2014
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: TAN0099

      V.1)Date Of Contract Award: 15/04/2015      
      V.2) Information About Offers
         Number Of Offers Received: 13          
         Number Of Offers Received By Electronic Means: 13       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Nulogic Fire Ltd
         Postal address: Orchard House, 3 Orchard Close, Graystone Road Industrial Estate
         Town: Antrim
         Postal code: BT41 2RZ
         Country: Ireland
         Email: info@nulogic.co.uk
         Telephone: +44 8001933473
         Internet address: https://www.nulogic.co.uk/contacts.php
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 3,000,000
            Currency: GBP

         Total final value of the contract
            Value: 3,000,000
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)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, and the contract will be awarded on the basis of the most economically advantageous tender.The value of the contract given is GBP 3million, is for the whole life of the contract, including any extensions if taken up.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=140893959
GO-2015416-PRO-6526498 TKR-2015416-PRO-6526497   
   VI.3.1)Body responsible for appeal procedures:
      Not Provided
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 16/04/2015