Opportunity

Fire Risk Assessments for West Dunbartonshire Council’s Multi Storey High Rise Housing

  • West Dunbartonshire Council

F02: Contract notice

Notice reference: 2023/S 000-009454

Published 31 March 2023, 12:29pm



Section one: Contracting authority

one.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Email

CorporateProcurementUnit@west-dunbarton.gov.uk

Telephone

+44 1389737000

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

https://www.west-dunbarton.gov.uk/business/suppliers/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153

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

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fire Risk Assessments for West Dunbartonshire Council’s Multi Storey High Rise Housing

two.1.2) Main CPV code

  • 71317100 - Fire and explosion protection and control consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Fire Risk Assessments for West Dunbartonshire Council’s Multi Storey High Rise Housing

two.1.5) Estimated total value

Value excluding VAT: £75,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71317100 - Fire and explosion protection and control consultancy services
  • 75251110 - Fire-prevention services

two.2.3) Place of performance

NUTS codes
  • UKM8 - West Central Scotland
Main site or place of performance

West Dunbartonshire

two.2.4) Description of the procurement

In accordance with The Fire Safety (Scotland) Regulations 2006, the Chief Officer, Housing and Employability, on behalf of West Dunbartonshire Council, seeks fire risk assessments for nineteen blocks of multi-storey housing at six localities in West Dunbartonshire, following methodologies set out on PAS 79-2:2020 Fire risk assessment –Part 2: Housing – Code of practice and PAS 9980:2022 Fire risk appraisal of external wall construction and cladding of existing blocks of flats – Code of practice, with respect to extents outlined paragraph 51 of the Scottish Government’s February 2022 edition of Fire safety - existing high rise domestic buildings: practical guidance, namely:

1. The common escape routes and other fire safety measures.

2. An examination of a sample of flat entrance doors.

3. The separating construction between the flats and the common area, so far as reasonably practicable.

4. The potential for spread of fire on the external envelope of the building.

Additionally, full height balcony replacement screens located at Dalmuir, Kilbowie and North Drumry are required to be assessed in further technical detail, given recent changes in legislation, namely 2.7.1 External wall cladding systems of Building standards technical handbook 2022: domestic, which brings spandrel panels into pertinent consideration. Given their installation pre-dates fire testing and certification requirements, consideration under clause 14 of PAS 9980:2022 will be required.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £75,000

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

Duration in months

6

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The Consultant shall be required to demonstrate skills and experience as listed to the level of ‘complex premises’ on current Competency Criteria for Fire Risk Assessors as published by the Fire Risk Assessment Competency Council and as certified by:

- British Approvals for Fire Excellence (BAFE) Fire Safety Register competency scheme no. SP205 Life Safety Fire Risk Assessment

In order to advise on Fire Risk Assessment External Wall as per PAS 9980: 2022, the Consultant shall also be required to either hold or to obtain reliance on third party expertise to Chartered Engineer (CEng) status registered in the field of fire engineering by:

- The Institution of Fire Engineers.

The Consultant shall be required to hold and evidence appropriate Professional Indemnity Insurance so as to cover both PAS 79-2:2020 and PAS 9980:2022 methodological remits.

There shall be a requirement for each Fire Risk Assessment Report to be accompanied by a corresponding Certificate of Conformity which states the standards of BAFE SP205 have been followed and applied.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

4B.1,& 4B.2 Turnover - Bidders must demonstrate and annual turnover for each of the two previous years of greater than two times the

value of contract on offer est. 75,000.00 ,therefore a turnover of 140,000.00 GBP is required

4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing .

- (Ratio 1) Acid Test – (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of

greater than 1.

- (Ratio 2) Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a

positive figure/Percentage.

- (Ratio 3) Current Ratio – Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than

1.

Insurance

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,

the types and levels of insurance indicated below:

Q4B.5.1a Professional Risk Indemnity Insurance - 5 million GBP

Q4B5.1b Employers (Compulsory) Liability Insurance – 10 million GBP

Q4B.5.2 Public Liability Insurance – 10 million GBP

Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one

incident and annual aggregate caps and the excesses under the policies.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The Consultant shall be required to demonstrate skills and experience as listed to the level of ‘complex premises’ on current Competency Criteria for Fire Risk Assessors as published by the Fire Risk Assessment Competency Council and as certified by:

-British Approvals for Fire Excellence (BAFE) Fire Safety Register competency scheme no. SP205 Life Safety Fire Risk Assessment

In order to advise on Fire Risk Assessment External Wall as per PAS 9980: 2022, the Consultant shall also be required to either hold or to obtain reliance on third party expertise to Chartered Engineer (CEng) status registered in the field of fire engineering by:

-The Institution of Fire Engineers.

The Consultant shall be required to hold and evidence appropriate Professional Indemnity Insurance so as to cover both PAS 79-2:2020 and PAS 9980:2022 methodological remits.

There shall be a requirement for each Fire Risk Assessment Report to be accompanied by a corresponding Certificate of Conformity which states the standards of BAFE SP205 have been followed and applied.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

The Fire Risk Assessments shall be required to follow the methodologies as set out on PAS 79-2:2020 Fire risk assessment – Part 2: Housing – Code of practice TYPE 1 Assessment and, to the extent determined sufficient by the Consultant, of PAS 9980:2022 Fire risk appraisal of external wall construction and cladding of existing blocks of flats – Code of practice.

Where the Consultant establishes, by means of PAS 9980: 2022 Figure 4, that the risk of potential for spread of fire on the external envelope of any of the properties listed Appendix 1 “Property List” is sufficiently low to confirm that further appraisal using PAS 9980: 2022 is not required, this should be confirmed with immediate effect to the Client and then recorded, with associated reasoning, on the relevant Fire Risk Assessment Report.

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

2 May 2023

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 May 2023

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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The bidder must complete and submit, with their tender response the following additional documents:

WD09 Financial Vetting

WD16 Police Scotland Check

WD18 Declaration Page

Social benefits are included in this requirement. A summary of the expected social benefits has been provided.

The above mentioned documents are provided with the tender documents and can be located within a folder entitled “WD Documents” uploaded into the Attachment Area of the Master ITT.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22275. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

A summary of the expected community benefits has been provided as follows:

Social Benefit Questionnaire is attached to the Tender Documents to be completed within PCS-T

(SC Ref:722025)

six.4) Procedures for review

six.4.1) Review body

Dumbarton Sheriff Court and Justice of the Peace Court

Sheriff Court House, Church Street

Dunbarton

G82 1QR

Country

United Kingdom