Tender

UKRI-2996 STFC Fire Strategy Report and Fire Risk Assessment

  • UK Research & Innovation

F02: Contract notice

Notice identifier: 2023/S 000-020959

Procurement identifier (OCID): ocds-h6vhtk-03e3dd

Published 20 July 2023, 2:05pm



The closing date and time has been changed to:

30 August 2023, 2:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

UK Research & Innovation

Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell

Oxford

OX110QX

Contact

Jacob Morris

Email

STFCProcurement@ukri.org

Telephone

+44 1235446553

Country

United Kingdom

Region code

UKJ14 - Oxfordshire

Internet address(es)

Main address

www.ukri.org

one.3) Communication

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

www.ukri.delta-esourcing.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.ukri.delta-esourcing.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Public Procurement


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UKRI-2996 STFC Fire Strategy Report and Fire Risk Assessment

Reference number

UKRI-2996

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 aim of this procurement is to contract with a Supplier to complete a Site Fire Safety Strategy, then building Fire Strategy Drawings and Reports to permit the completion of the Building Fire Risk Assessment, with the assistance of STFC’s Fire Advisor and facility user engagement on STFC properties

two.1.5) Estimated total value

Value excluding VAT: £1,450,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

We are looking to contract with specialist supplier who has Technical, and Project Management capability to deliver Fire Strategy Drawings, Reports and Fire Risk Assessments across a complexed portfolio of buildings including laboratories, workshops, offices, support facilities, assembly halls etc.

Fire Strategy Drawings shall be produced according to BS 1635:1990 Graphical Symbols and Abbreviations for Fire Protection Drawings and be provided in both DWG and PDF format. Existing building layout (DWG) drawings shall be made available.

Phase 1 of the project will review the existing information for each site and an initial site visit for each building to gather information for each fire risk assessment.

Further visits may be required to assess existing Hazards, fire engineering and building construction considerations for each retrospective fire strategy.

Phase 2 of the project will be to present to STFC how your Project Team will manage the programme of inspections, how the team is resourced, confirm the programme, and define what support you need from STFC Fire Safety Advisor team and Estates.

Phase 3 of the project will be to carryout collaborative Retrospective Fire Strategy Reports and Drawings of all buildings, and Fire risk assessments from these.

Provide detailed recommendation, remediation, training, and action plans.

Phase 4 of the project consists of the completion and accredited sign off, of Fire Strategies, Reports and Fire Risk Assessments.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,450,000

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

Duration in months

24

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 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: No

four.2) Administrative information

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

Originally published as:

Date

23 August 2023

Local time

2:00pm

Changed to:

Date

30 August 2023

Local time

2:00pm

See the change notice.

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

English

four.2.7) Conditions for opening of tenders

Date

23 August 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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.

To view this notice, please click here:

https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=796936490" target="_blank">https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=796936490

GO Reference: GO-2023720-PRO-23452883

six.4) Procedures for review

six.4.1) Review body

UK Research and Innovation

Polaris House

Swindon

SN2 1FL

Country

United Kingdom