Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Fire Risk Assessments for West Dunbartonshire Council’s Multi Storey High Rise Housing

  • First published: 01 April 2023
  • Last modified: 01 April 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03b7b3
Published by:
West Dunbartonshire Council
Authority ID:
AA21334
Publication date:
01 April 2023
Deadline date:
02 May 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

In accordance with The Fire Safety (Scotland) Regulations 2006, the Chief Officer, Housing and Employability, on behalf of West Dunbartonshire Council, seeks fire risk assessments for nineteen blocks of multi-storey housing at six localities in West Dunbartonshire, following methodologies set out on PAS 79-2:2020 Fire risk assessment –Part 2: Housing – Code of practice and PAS 9980:2022 Fire risk appraisal of external wall construction and cladding of existing blocks of flats – Code of practice, with respect to extents outlined paragraph 51 of the Scottish Government’s February 2022 edition of Fire safety - existing high rise domestic buildings: practical guidance, namely:

1. The common escape routes and other fire safety measures.

2. An examination of a sample of flat entrance doors.

3. The separating construction between the flats and the common area, so far as reasonably practicable.

4. The potential for spread of fire on the external envelope of the building.

Additionally, full height balcony replacement screens located at Dalmuir, Kilbowie and North Drumry are required to be assessed in further technical detail, given recent changes in legislation, namely 2.7.1 External wall cladding systems of Building standards technical handbook 2022: domestic, which brings spandrel panels into pertinent consideration. Given their installation pre-dates fire testing and certification requirements, consideration under clause 14 of PAS 9980:2022 will be required.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

UK

Telephone: +44 1389737000

E-mail: CorporateProcurementUnit@west-dunbarton.gov.uk

NUTS: UKM81

Internet address(es)

Main address: https://www.west-dunbarton.gov.uk/business/suppliers/procurement/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fire Risk Assessments for West Dunbartonshire Council’s Multi Storey High Rise Housing

II.1.2) Main CPV code

71317100

 

II.1.3) Type of contract

Services

II.1.4) Short description

Fire Risk Assessments for West Dunbartonshire Council’s Multi Storey High Rise Housing

II.1.5) Estimated total value

Value excluding VAT: 75 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71317100

75251110

II.2.3) Place of performance

NUTS code:

UKM8


Main site or place of performance:

West Dunbartonshire

II.2.4) Description of the procurement

In accordance with The Fire Safety (Scotland) Regulations 2006, the Chief Officer, Housing and Employability, on behalf of West Dunbartonshire Council, seeks fire risk assessments for nineteen blocks of multi-storey housing at six localities in West Dunbartonshire, following methodologies set out on PAS 79-2:2020 Fire risk assessment –Part 2: Housing – Code of practice and PAS 9980:2022 Fire risk appraisal of external wall construction and cladding of existing blocks of flats – Code of practice, with respect to extents outlined paragraph 51 of the Scottish Government’s February 2022 edition of Fire safety - existing high rise domestic buildings: practical guidance, namely:

1. The common escape routes and other fire safety measures.

2. An examination of a sample of flat entrance doors.

3. The separating construction between the flats and the common area, so far as reasonably practicable.

4. The potential for spread of fire on the external envelope of the building.

Additionally, full height balcony replacement screens located at Dalmuir, Kilbowie and North Drumry are required to be assessed in further technical detail, given recent changes in legislation, namely 2.7.1 External wall cladding systems of Building standards technical handbook 2022: domestic, which brings spandrel panels into pertinent consideration. Given their installation pre-dates fire testing and certification requirements, consideration under clause 14 of PAS 9980:2022 will be required.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Price / Weighting:  60%

II.2.6) Estimated value

Value excluding VAT: 75 000.00  GBP

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

Duration in months: 6

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

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:

The Consultant shall be required to demonstrate skills and experience as listed to the level of ‘complex premises’ on current Competency Criteria for Fire Risk Assessors as published by the Fire Risk Assessment Competency Council and as certified by:

- British Approvals for Fire Excellence (BAFE) Fire Safety Register competency scheme no. SP205 Life Safety Fire Risk Assessment

In order to advise on Fire Risk Assessment External Wall as per PAS 9980: 2022, the Consultant shall also be required to either hold or to obtain reliance on third party expertise to Chartered Engineer (CEng) status registered in the field of fire engineering by:

- The Institution of Fire Engineers.

The Consultant shall be required to hold and evidence appropriate Professional Indemnity Insurance so as to cover both PAS 79-2:2020 and PAS 9980:2022 methodological remits.

There shall be a requirement for each Fire Risk Assessment Report to be accompanied by a corresponding Certificate of Conformity which states the standards of BAFE SP205 have been followed and applied.

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

4B.1,& 4B.2 Turnover - Bidders must demonstrate and annual turnover for each of the two previous years of greater than two times the

value of contract on offer est. 75,000.00 ,therefore a turnover of 140,000.00 GBP is required

4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing .

- (Ratio 1) Acid Test – (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of

greater than 1.

- (Ratio 2) Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a

positive figure/Percentage.

- (Ratio 3) Current Ratio – Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than

1.

Insurance

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,

the types and levels of insurance indicated below:

Q4B.5.1a Professional Risk Indemnity Insurance - 5 million GBP

Q4B5.1b Employers (Compulsory) Liability Insurance – 10 million GBP

Q4B.5.2 Public Liability Insurance – 10 million GBP

Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one

incident and annual aggregate caps and the excesses under the policies.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

The Consultant shall be required to demonstrate skills and experience as listed to the level of ‘complex premises’ on current Competency Criteria for Fire Risk Assessors as published by the Fire Risk Assessment Competency Council and as certified by:

-British Approvals for Fire Excellence (BAFE) Fire Safety Register competency scheme no. SP205 Life Safety Fire Risk Assessment

In order to advise on Fire Risk Assessment External Wall as per PAS 9980: 2022, the Consultant shall also be required to either hold or to obtain reliance on third party expertise to Chartered Engineer (CEng) status registered in the field of fire engineering by:

-The Institution of Fire Engineers.

The Consultant shall be required to hold and evidence appropriate Professional Indemnity Insurance so as to cover both PAS 79-2:2020 and PAS 9980:2022 methodological remits.

There shall be a requirement for each Fire Risk Assessment Report to be accompanied by a corresponding Certificate of Conformity which states the standards of BAFE SP205 have been followed and applied.


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

The Fire Risk Assessments shall be required to follow the methodologies as set out on PAS 79-2:2020 Fire risk assessment – Part 2: Housing – Code of practice TYPE 1 Assessment and, to the extent determined sufficient by the Consultant, of PAS 9980:2022 Fire risk appraisal of external wall construction and cladding of existing blocks of flats – Code of practice.

Where the Consultant establishes, by means of PAS 9980: 2022 Figure 4, that the risk of potential for spread of fire on the external envelope of any of the properties listed Appendix 1 “Property List” is sufficiently low to confirm that further appraisal using PAS 9980: 2022 is not required, this should be confirmed with immediate effect to the Client and then recorded, with associated reasoning, on the relevant Fire Risk Assessment Report.

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 02/05/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 02/05/2023

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The bidder must complete and submit, with their tender response the following additional documents:

WD09 Financial Vetting

WD16 Police Scotland Check

WD18 Declaration Page

Social benefits are included in this requirement. A summary of the expected social benefits has been provided.

The above mentioned documents are provided with the tender documents and can be located within a folder entitled “WD Documents” uploaded into the Attachment Area of the Master ITT.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22275. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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-procurement/

A summary of the expected community benefits has been provided as follows:

A summary of the expected community benefits has been provided as follows:

Social Benefit Questionnaire is attached to the Tender Documents to be completed within PCS-T

(SC Ref:722025)

VI.4) Procedures for review

VI.4.1) Review body

Dumbarton Sheriff Court and Justice of the Peace Court

Sheriff Court House, Church Street

Dunbarton

G82 1QR

UK

VI.5) Date of dispatch of this notice

31/03/2023

Coding

Commodity categories

ID Title Parent category
71317100 Fire and explosion protection and control consultancy services Hazard protection and control consultancy services
75251110 Fire-prevention services Fire-brigade services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
CorporateProcurementUnit@west-dunbarton.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.