UK-Oxford: Fire and explosion protection and control consultancy services.

UK-Oxford: Fire and explosion protection and control consultancy services.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX110QX, United Kingdom
Tel. +44 1235446553, Email: STFCProcurement@ukri.org
Contact: Jacob Morris
Main Address: www.ukri.org
NUTS Code: UKJ14
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.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 abovementioned address
Tenders or requests to participate must be sent electronically via www.ukri.delta-esourcing.com to the abovementioned 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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UKRI-2996 STFC Fire Strategy Report and Fire Risk Assessment
Reference Number: UKRI-2996
II.1.2) Main CPV Code:
71317100 - Fire and explosion protection and control consultancy services.

II.1.3) Type of contract: SERVICES
II.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
II.1.5) Estimated total value:
Value excluding VAT: 1,450,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ14 Oxfordshire

II.2.4) Description of 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.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 1,450,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.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: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 23/08/2023 Time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 23/08/2023
Time: 14:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.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
VI.4) Procedures for review
VI.4.1) Review body:
UK Research and Innovation
Polaris House, Swindon, SN2 1FL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 20/07/2023

Annex A