Section one: Contracting authority
one.1) Name and addresses
NHS Blood and Transplant
500 North Bristol Park
Bristol
BS34 7QH
Contact
Henry Prudden
Country
United Kingdom
Region code
UKK11 - Bristol, City of
National registration number
NHS Blood and Transplant
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://health-family.force.com/s/Welcome
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://health-family.force.com/s/Welcome
one.4) Type of the contracting authority
Other type
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fire Risk Assessment and Associatied Services
Reference number
C39144
two.1.2) Main CPV code
- 75251110 - Fire-prevention services
two.1.3) Type of contract
Services
two.1.4) Short description
The provision of a single service provider to deliver Type 1 Fire Risk Assessment (FRA) report for a number of NHSBT premises.
NHS Blood and Transplant (NHSBT) as a pharmaceutical manufacturer and distributor, is obliged to adhere to legislation relating to Good Manufacturing Practice (GMP) and to demonstrate stringent levels of control in order to satisfy the requirements of the Medicines and Healthcare products Regulatory Agency (MHRA). We must also maintain compliance with the Regulatory Reform (Fire Safety) Order 2005 and, as an Essential Supplier to the NHS, with the mandatory fire risk management requirements of Firecode - Fire Safety in the NHS Health Technical Memorandum 05-1: Managing Healthcare Fire Safety.
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
he service provider is required to have the skills, knowledge, experience, and qualifications necessary to carry out an effective Type 1 Fire Risk Assessment survey of the whole premises and to deliver a PAS79:2012 styled report on the findings, together with recommended and prioritised actions (Priority1-Priority4) and photographs where relevant, to assist with the identification and management of the fire risk.
The final FRA report should include clear basic layout fire strategy drawings of the whole building showing all relevant fire precautions and other fire safety provisions.
The Assessment must be conducted to meet the requirements of the Regulatory Reform (Fire Safety) Order 2005 using the appropriate fire risk assessment guides for NHS Healthcare premises (HTM 05-03 Parts K and G) and where appropriate the current DCLG guides for fire risk assessment in Factories, Warehouses and Offices, and any future relevant legislation and regulation.
The Assessor must be a third party accredited and registered fire risk assessor with established competency in carrying out non-destructive FRA’s for life safety in complex buildings.
The Assessor must provide proof that suitable professional indemnity and public liability insurance policies are current.
All of the FRA documentation and supporting evidence must be submitted electronically to NHSBT in a format that can be printed off easily. Additional hard copy provision is optional in this instance.
For a limited period, if necessary, a reasonable level of post assessment technical support will be expected by way of email or telephone contact.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2022
End date
30 November 2025
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months extension options
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
Accelerated procedure
Justification:
PIN Notice issued
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: 2021/S 000-025925
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 October 2022
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
Tender must be valid until: 1 January 2023
four.2.7) Conditions for opening of tenders
Date
23 September 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NHS Blood and Transplant
203 Longmead Rd, Avon
Bristol
BS16 7FG
Country
United Kingdom