Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Telephone
+44 1315296432
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
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 Safety Advice and Expertise
Reference number
CT1268
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
The City of Edinburgh Council is seeking to establish a Framework of up to 3 suitably qualified and experienced organisations to deliver fire safety advice and expertise for a period of 3 years with the option to extend for a further year. Fire Safety expertise.
The Council requires advice to provide immediate industry level expertise to all aspects of fire safety in times of urgent need and planned inspections in either a housing repair or capital programme environment.
The full specification is contained within the tender package and includes, but is not limited to, the following services:
- Assurance/performance audit
- Legislative advice and guidance including support for emergency planning or further development of Business Continuity Plans or processes
- Providing specific industry legislative guidance, advice, and training not available in-house.
- Onsite inspections of contractors’ work will also be required.
- Support in the writing of specifications, procedural/practice statements to meet legislative or industry standards.
- In the event of major disruptions or emergency situations, support for the Council in its activities as required to cope with the emergency
This framework will predominantly utilised to support the Council’s residential stock, however, may be used for commercial properties also.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £200,000
two.2) Description
two.2.2) Additional CPV code(s)
- 75251110 - Fire-prevention services
- 71317100 - Fire and explosion protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
The City of Edinburgh
two.2.4) Description of the procurement
The City of Edinburgh Council is seeking to establish a Framework of up to 3 suitably qualified and experienced organisations to deliver fire safety advice and expertise for a period of 3 years with the option to extend for a further year. Fire Safety expertise.
The Council requires advice to provide immediate industry level expertise to all aspects of fire safety in times of urgent need and planned inspections in either a housing repair or capital programme environment.
The full specification is contained within the tender package and includes, but is not limited to, the following services:
- Assurance/performance audit
- Legislative advice and guidance including support for emergency planning or further development of Business Continuity Plans or processes
- Providing specific industry legislative guidance, advice, and training not available in-house.
- Onsite inspections of contractors’ work will also be required.
- Support in the writing of specifications, procedural/practice statements to meet legislative or industry standards.
- In the event of major disruptions or emergency situations, support for the Council in its activities as required to cope with the emergency
This framework will predominantly utilised to support the Council’s residential stock, however, may be used for commercial properties also.
The estimated value of the framework is GBP200,000 over the 4 year duration. Full details can be found by noting your interest and downloading the tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-028470
Section five. Award of contract
Contract No
CT1268
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 April 2024
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
PartB Group
Perra Buisness Park
Melton Mowbray
LE13 0PB
Telephone
+44 7871735633
Country
United Kingdom
NUTS code
- UKF21 - Leicester
The contractor is an SME
No
five.2.3) Name and address of the contractor
D S Fire Safety
12 Walnut Grove
Leven
KY8 5PP
Telephone
+44 7552054276
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Hydrock Consultants Limited
Over Court Barns, Over Lane, Almondsbury
Bristol
BS32 4DF
Telephone
+44 7973389253
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £200,000
Section six. Complementary information
six.3) Additional information
CONTRACT SPECIFIC MANDATORY CRITERIA
Part IV: Selection criteria - C: Technical and Professional Ability – Prompt Payment – Question 4C.4 - It is a mandatory requirement of
this Framework that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question.
Part IV: Selection criteria - C: Technical and Professional Ability – Living Wage Payment – Question 4C.4
Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract] (including any agency or sub-contractor staff) directly involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract]), at least the real Living Wage.
Part IV: Selection criteria - C: Environmental Management Measures – Question 4C.7 - Bidders will be required to provide evidence that
their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence
includes but is not limited to the provision of a carbon reduction plan Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition
(SC Ref:767379)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. . A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the Find a Tender Service /OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.