Tender

Fire Risk Assessments and Associated Advisory/Consultancy Services and Fire Safety Training

  • Herefordshire and Worcestershire Health and Care NHS Trust

F02: Contract notice

Notice identifier: 2023/S 000-030051

Procurement identifier (OCID): ocds-h6vhtk-040b3d

Published 12 October 2023, 9:53am



Section one: Contracting authority

one.1) Name and addresses

Herefordshire and Worcestershire Health and Care NHS Trust

2 Kings Court, Charles Hasting Way,

Worcester

WR5 1JR

Contact

Jodie Galbraith

Email

jodie.galbraith1@nhs.net

Telephone

+44 01905681930

Country

United Kingdom

Region code

UKG1 - Herefordshire, Worcestershire and Warwickshire

Internet address(es)

Main address

https://www.hacw.nhs.uk/

Buyer's address

https://www.hacw.nhs.uk/

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

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 Assessments and Associated Advisory/Consultancy Services and Fire Safety Training

Reference number

T.HACW.045

two.1.2) Main CPV code

  • 75251110 - Fire-prevention services

two.1.3) Type of contract

Services

two.1.4) Short description

The Trust operates at a range of premises and has offices and other buildings and facilities
across the county from which its staff and employees are engaged and work. Therefore, the
Trust, as the duty holder, will engage with the Contractor/s, as the specialist Services
provider/s to fulfill its duty of care therein; in providing Fire Safety Training, Risk
Assessments and associated ad hoc Consultancy/Advisory Services.
The Tender will be Tendered as two lots; lot one will be “Fire Risk Assessments and
Associated Advisory/Consultancy Services and lot two will be “Fire Safety Training” Each
Supplier can apply for one or more lots.

This opportunity is available to view on Atamis e-tendering system.
If you are not registered on the Atamis e- tendering portal please follow this welcome link to
register
https://health-family.force.com/s/Welcome
Please also see the below link to the supplier user guide
https://services.atamis.co.uk/docs/Supplier_User_Guide.pdf to support you in your

two.1.5) Estimated total value

Value excluding VAT: £337,125

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

5. Lot 1- Fire Risk Assessments and Associated Advisory/Consultancy Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 75251110 - Fire-prevention services
  • 71317210 - Health and safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG1 - Herefordshire, Worcestershire and Warwickshire

two.2.4) Description of the procurement

A formal programme of Fire Risk Assessments will be drawn-up with the Contractor as part of the Annual Programme of scheduled activity; a comprehensive evaluation of all areas of each premises based upon every 12 months for in-Patient facilities and every 18 months for non-in-patient facilities. The Trust currently provides Fire Risk Assessments to the Worcestershire sites only and not the Herefordshire locations or those detailed as not our property within the tender documents.

The Trust will also require additional Advisory and/or Consultancy Services.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2024

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

Option to extend by 2 x 12 month periods

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

two.2) Description

two.2.1) Title

6. Lot 2-Fire Safety Training

Lot No

2

two.2.2) Additional CPV code(s)

  • 75251110 - Fire-prevention services
  • 71317210 - Health and safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UKG1 - Herefordshire, Worcestershire and Warwickshire

two.2.4) Description of the procurement

The Trust anticipates that as part of the scheduled services, a formal programme of delivery of Fire Safety Training will be drawn-up with the Contractor on an annual basis. High Risk Training is to be delivered in discrete two hour sessions; all sessions of other such training will last for one hour. Training session sizes are dependent on location; however Community sessions (low/medium risk staff only) usually hold up to around a maximum of 30 delegates and Inpatient sessions (can be a mix of high, low and medium risk staff) holds up to around a maximum of 15 delegates.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 April 2024

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

Option to extend by 2 x 12 month periods

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Date

22 November 2023

Local time

5:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

22 November 2023

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

NHS England

Quarry House, Quarry Hill

Leeds

LS2 7UE

Country

United Kingdom

Internet address

https://www.england.nhs.uk/