Opportunity

Life Safety Fire Risk Assessments

  • River Clyde Homes

F02: Contract notice

Notice reference: 2023/S 000-037650

Published 21 December 2023, 11:37am



Section one: Contracting authority

one.1) Name and addresses

River Clyde Homes

Clyde View, 22 Pottery Street

Greenock

PA15 2UZ

Email

procurement@riverclydehomes.org.uk

Telephone

+44 8000132196

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://riverclydehomes.org.uk

Buyer's address

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12102

one.3) Communication

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

https://www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Life Safety Fire Risk Assessments

Reference number

RCH602

two.1.2) Main CPV code

  • 71317210 - Health and safety consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

River Clyde Homes are looking to procure a competent and experienced company to undertake Life Safety Fire Risk Assessments to properties within Inverclyde.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71317200 - Health and safety services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Inverclyde

two.2.4) Description of the procurement

River Clyde Homes (RCH) are seeking to employ a suitably experienced and competent company to carry out comprehensive Life Safety Fire Risk Assessments (LSFRA) to properties and spaces across our portfolio. The work and output reports will include the following requirements:

Carry out a comprehensive on-site survey of all buildings listed in the pricing schedule (Appendix D). Such will also comment on positions of which includes multi-storey domestic flats, sheltered housing complexes and commercial premises, including but not limited to fire stopping, fire doors, life safety systems and fire safety management. Plant rooms refuse chutes & bin stores, communal areas, boiler rooms, lift rooms and loft spaces and accessible voids must be surveyed as part of the assessment. A representative sample of the flats within both the multi-storey flats and sheltered housing complexes must also be surveyed.

The Fire Risk Assessments will include the following:

-Non-destructive inspection of the common parts of the buildings and a representative sample of the flats.

- Completion of a competent fire risk assessment template. whilst it is noted that PAS79-2 has been withdrawn from use, the principles of the template would be accepted and where relevant the redacted paragraphs that dealt with the evacuation of vulnerable people, the assessor should utilise their professional skill and judgement to ensure that fire safety for disabled people is adequately addressed, or use alternative and approved document

- Consideration of the external materials of the building (Note this is not a request for an assessment in line with PAS 9980:2022)

- Consideration of compartmentation between common areas and the flats, including but not limited to fire doors, fire stopping, etc.

- Inspection of service risers on all floors in high rises and sheltered housing complexes such as dry risers, electrical risers, heating associated risers.

Inspection above a sample of readily accessible demountable false ceilings if present.

- Comprehensive assessment report to include the significant findings, issues identified, and actions required

Plus, the following in a 5% sample of flats within each multi-storey building and sheltered housing complex:

-Consideration of compartmentation between flats

-Consideration of the fire resistance of doors between rooms

-Consideration of the means of escape from the flat

-Consideration of the means of fire detection in the flat

two.2.5) Award criteria

Quality criterion - Name: Methodology & Approach / Weighting: 15.00%

Quality criterion - Name: Project Plan / Weighting: 10.00%

Quality criterion - Name: Sample Life Safety Fire Risk Assessment / Weighting: 10.00%

Quality criterion - Name: Fair Work First / Weighting: 5.00%

Price - Weighting: 60%

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

Duration in months

3

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

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

It is a requirement that companies must hold a current accreditation to either BAFE SP205 or Warrington FRACS accredited schemes and be able to evidence such UKAS certification to that effect.

three.1.2) Economic and financial standing

List and brief description of selection criteria

SPD question 4B.5.1

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employers Liability Insurance = 5m GBP

Bidders should indicate whether they hold the required cover in the table provided within the SPD

SPD question 4B.5.2

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Professional Indemnity Insurance = 5m GBP

Bidders should indicate whether they hold the required cover in the table provided within the SPD.

SPD Question 4B.6

The bidder’s company name and registration number will be used to obtain a financial risk assessment report from Dun & Bradstreet. Only companies, that are deemed to be financially stable by RCH’s Finance Department, on the strength of their financial report will be eligible to be a party to the contract. It is the tenderers responsibility to ensure that the information held by Dun & Bradstreet is up to date at the time of submission. If you prefer to have this assessment carried out in respect of a guarantor, such as an ultimate parent body, then you may elect for this option and details of the guarantor should be provided. Bidders should provide their company registration number in the space provided in the SPD.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: Yes

four.2) Administrative information

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

Date

24 January 2024

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

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

four.2.7) Conditions for opening of tenders

Date

24 January 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Tenders must be submitted electronically via the Public Contracts Scotland (PCS) Electronic Tender Post Box. Any response not submitted via the post box will not be considered. Any questions in relation to the tender must be raised via the 'Question & Answer' function of the PCS website.

Tenderers should ensure they read and understand the SPD guidance document attached to the contract notice prior to submitting a bid.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=753967.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:753967)

six.4) Procedures for review

six.4.1) Review body

Greenock Sheriff Court House,

1 Nelson St, Greenock

Greenock

PA15 1TP

Country

United Kingdom

Internet address

http://riverclydehomes.org.uk