Fire Safety Advice and Expertise

A Tender Notice
by THE CITY OF EDINBURGH COUNCIL

Source
Find a Tender
Type
Framework (Services)
Duration
4 year
Value
200K
Sector
DEFENCE
Published
27 Sep 2023
Delivery
To 23 May 2028 (est.)
Deadline
20 Oct 2023 12:00

Concepts

Location

The City of Edinburgh

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

The City of Edinburgh Council is seeking to establish a Framework of up to 3 suitably qualified and experienced organisations to deliver fire safety advice and expertise for a period of 3 years with the option to extend for a further year. Fire Safety expertise. The Council requires advice to provide immediate industry level expertise to all aspects of fire safety in times of urgent need and planned inspections in either a housing repair or capital programme environment. The full specification is contained within the tender package and includes, but is not limited to, the following services: - Assurance/performance audit - Legislative advice and guidance including support for emergency planning or further development of Business Continuity Plans or processes - Providing specific industry legislative guidance, advice, and training not available in-house. - Onsite inspections of contractors’ work will also be required. - Support in the writing of specifications, procedural/practice statements to meet legislative or industry standards. - In the event of major disruptions or emergency situations, support for the Council in its activities as required to cope with the emergency This framework will predominantly utilised to support the Council’s residential stock, however, may be used for commercial properties also.

Total Quantity or Scope

The estimated value of the framework is GBP200,000 over the 4 year duration. Full details can be found by noting your interest and downloading the tender documentation.

Award Criteria

Quality 70.0
PRICE 30.0

CPV Codes

  • 71317100 - Fire and explosion protection and control consultancy services
  • 75251110 - Fire-prevention services

Indicators

  • Bids should cover the whole contract.
  • Renewals are not available.
  • Financial restrictions apply.
  • Staff qualifications are relevant.
  • Award on basis of price.

Other Information

CONTRACT SPECIFIC MANDATORY CRITERIA Part IV: Selection criteria - C: Technical and Professional Ability – Prompt Payment – Question 4C.4 - It is a mandatory requirement of this Framework that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question. Part IV: Selection criteria - C: Technical and Professional Ability – Living Wage Payment – Question 4C.4 Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract] (including any agency or sub-contractor staff) directly involved in the delivery of the [framework agreement / contract, and/or any subsequent call off contract]), at least the real Living Wage. Part IV: Selection criteria - C: Environmental Management Measures – Question 4C.7 - Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to the provision of a carbon reduction plan Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition 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=743581. 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. A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-pr... A summary of the expected community benefits has been provided as follows: The required community benefits are contained within the invitation to tender document. (SC Ref:743581) Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=743581

Reference

Domains