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
Telephone
+44 1235446553
Country
United Kingdom
Region code
UKJ14 - Oxfordshire
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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