Skip to main content.

London Boroughs of Richmond and Wandsworth: Contract for the provision of a service to review and update existing Housing Fire Risk Assessments

  London Boroughs of Richmond and Wandsworth is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Contract for the provision of a service to review and update existing Housing Fire Risk Assessments
Notice type: Contract Notice
Authority: London Boroughs of Richmond and Wandsworth
Nature of contract: Services
Procedure: Restricted
Short Description: Wandsworth Borough Council is seeking expressions of interest from suitably experienced and competent consultants for a contract for the provision of a service to review, amend and update existing fire risk assessments in relation to its purpose built blocks, hostels and clubrooms within its residential housing stock.The contract period will be five months to allow time to agree a format with the successful company and to visit all the sites and submit the risk assessments. The planned commencement date is June 2015. It is anticipated that tenders will be sought in February 2015. It is anticipated that 6 suppliers including the Council’s Design Service will be invited to tender, and 1 supplier will be awarded the contract. The award of the contract will be based on the most economically advantageous tender. This will be assessed with weightings of 80% for price and 20% for quality considerations. The estimated value of the contract is £140,000.
Published: 15/10/2014 09:34
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Risk or hazard assessment for construction.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      London Borough of Wandsworth
      Town Hall, Wandsworth High Street, London, SW18 2PU, United Kingdom
      Tel. +44 2088715071, URL: www.wandsworth.gov.uk
      Contact: www.competefor.com
      Electronic Access URL: www.competefor.com
      Electronic Submission URL: www.competefor.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Contract for the provision of a service to review and update existing Housing Fire Risk Assessments
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKI11 - Inner London - West         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Risk or hazard assessment for construction. Wandsworth Borough Council is seeking expressions of interest from suitably experienced and competent consultants for a contract for the provision of a service to review, amend and update existing fire risk assessments in relation to its purpose built blocks, hostels and clubrooms within its residential housing stock.The contract period will be five months to allow time to agree a format with the successful company and to visit all the sites and submit the risk assessments. The planned commencement date is June 2015. It is anticipated that tenders will be sought in February 2015. It is anticipated that 6 suppliers including the Council’s Design Service will be invited to tender, and 1 supplier will be awarded the contract. The award of the contract will be based on the most economically advantageous tender. This will be assessed with weightings of 80% for price and 20% for quality considerations. The estimated value of the contract is £140,000.
         
      II.1.6)Common Procurement Vocabulary:
         71313410 - Risk or hazard assessment for construction.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided         
         Estimated value excluding VAT: 140,000
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 5 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      As set out in the pre-qualification questionnaire and invitation to tender documentation
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As set out in the pre-qualification questionnaire and invitation to tender documentation
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      As set out in the pre-qualification questionnaire and invitation to tender documentation
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the pre-qualification questionnaire and invitation to tender documentation
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the pre-qualification questionnaire and invitation to tender documentation      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
               
         Envisaged number of operators: 6
         
         Objective Criteria for choosing the limited number of candidates:
         As set out in the pre-qualification questionnaire documentation   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated below
            Criteria - Weighting
            Price - 80
            Quality - 20

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: CPT/1406      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 19/11/2014
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: Not Provided      
   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, and the contract will be awarded on the basis of the most economically advantageous tender.If you are having difficulty accessing this opportunity please follow these steps: 1. Sign up or log in to CompeteFor.com 2. Click on Activity Centre 3. Scroll to the bottom of the page and add the functionality for Delta Supplier Menu 4. Access the Delta Supplier Menu 5. Click on Response Manager 6. Enter the following access code: 93T6YX34M6
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.competefor.com/tenders/UK-UK-London:-Risk-or-hazard-assessment-for-construction./93T6YX34M6

To respond to this opportunity, please click here:
https://www.competefor.com/respond/93T6YX34M6
GO-20141015-PRO-6090698 TKR-20141015-PRO-6090697
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Not Provided

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 15/10/2014

ANNEX A

View any Notice Addenda

View Award Notice