Opportunity

Fire Risk Assessments

  • NHS Lothian

F02: Contract notice

Notice reference: 2021/S 000-000146

Published 5 January 2021, 4:08pm



Section one: Contracting authority

one.1) Name and addresses

NHS Lothian

Estates Contracts, The Cottage, Reoyal Edinburgh Hospital

Morningside, Edinburgh

EH10 5HF

Email

maxwell.muir@nhslothian.scot.nhs.uk

Telephone

+44 1315376945

Country

United Kingdom

NUTS code

UKM - SCOTLAND

Internet address(es)

Main address

http://www.nhslothian.scot.nhs.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fire Risk Assessments

Reference number

NHSLFRA21

two.1.2) Main CPV code

  • 90711100 - Risk or hazard assessment other than for construction

two.1.3) Type of contract

Services

two.1.4) Short description

The Fire Scotland Act 2005 and Fire Safety Scotland Regulations 2006 requires a building to have a suitable and sufficient Fire Risk Assessment undertaken and regularly reviewed.

NHSL require to have a Fire Risk Assessment undertaken for all properties identified within the site buildings list, the Fire Risk Assessment must be carried out under the BAFE Life Safety Fire Risk Assessment SP205 scheme and in accordance with PAS 79: 2012 guidance and recommended methodology.

two.1.5) Estimated total value

Value excluding VAT: £160,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90711100 - Risk or hazard assessment other than for construction
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian
  • UKM75 - Edinburgh, City of
  • UKM78 - West Lothian

two.2.4) Description of the procurement

The Fire Scotland Act 2005 and Fire Safety Scotland Regulations 2006 requires a building to have a suitable and sufficient Fire Risk Assessment undertaken and regularly reviewed.

NHSL require to have a Fire Risk Assessment undertaken for all properties identified within the site buildings list, the Fire Risk Assessment must be carried out under the BAFE Life Safety Fire Risk Assessment SP205 scheme and in accordance with PAS 79: 2012 guidance and recommended methodology.

The Assessment must include that a full and extensive site survey and inspection is completed, and the assessment should:

- Identify people at Risk

- Identify fire hazards

- Evaluate the risk and decide if existing measures are adequate.

- Record fire risk assessment information.

- Review the fire risk assessment.

The Final Fire Risk Assessment must be signed by the Assessor and Checked, Validated and Counter Signed by a Senior Colleague.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 80

Price - Weighting: 20

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

20

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a “general” yearly turnover threshold value of 1.5 times the value of the contract (240,000 GBP) for the last three years prior to the date of proposed contract award.

The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice.

- Employer’s (Compulsory) Liability Insurance = 5 million GBP

- Public Liability Insurance = 5 million GBP

- Professional Indemnity Insurance

three.1.3) Technical and professional ability

List and brief description of selection criteria

The Fire Risk Assessor(s) completing assessments must be a member of one or more of the below professional body registration schemes:-

- BAFE SP205 Fire Safety Register.

- The institute of Fire Safety Managers (IFSM).

- The institute of Fire Safety Engineers (IFE).

- The institute of Fire Prevention Officers (IFPO).

- Warrington Certification LTD Fire Risk Assessors Certification Scheme (Company) FRACS.

three.2) Conditions related to the contract

three.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 February 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 17 May 2021

four.2.7) Conditions for opening of tenders

Date

17 February 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17699. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:640290)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom