Section one: Contracting authority
one.1) Name and addresses
West Dunbartonshire Council
16 Church Street
Dumbarton
G82 1QL
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