Contract notice

Information

Published

Date of dispatch of this notice: 28/02/2017

Expire date: 07/04/2017

External Reference: 2017-822458

TED Reference: 2017/S 042-076962

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Fire and Emergency Planning Authority
N/A
169 Union Street
London
SE1 0LL
UK
Contact person: Michael McCarthy
Telephone: +44 02085551200
NUTS code:  UKI -  LONDON
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=19261&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local agency/office
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Real Fire Training Venue Specialist- Design Services
Reference number:  PROC/5902/16
II.1.2)

Main CPV code

79930000  -  Specialty design services
II.1.3)

Type of contract

Services
II.1.4)

Short description

The London Fire & Emergency Planning Authority (the ‘Authority’ - the organisation that runs the London Fire Brigade) is seeking a supplier (the ‘Consultant’) to assist in the design of a Real Fire Training Venue (RFTV) as part of a wider scheme to introduce a new training centre in South London.
II.1.5)

Estimated total value

Value excluding VAT: 75000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

34152000  -  Training simulators
71220000  -  Architectural design services
71320000  -  Engineering design services
71321000  -  Engineering design services for mechanical and electrical installations for buildings
80510000  -  Specialist training services
80520000  -  Training facilities
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
II.2.4)

Description of the procurement

The RFTV will be designed and built to simulate high rise buildings in London and will enable firefighters to experience and extinguish real fires (carbonaceous) in a realistic, but safe and controlled environment. The Authority is seeking a carbonaceous RFTV involving real fire and smoke created by burning standard sized timber materials in fixed and mobile cribs with the option to investigate the burning of other agreed materials such as straw. The Authority is not seeking Consultants / suppliers who can only provide an LPG / gas based fire system (although LPG / gas may be required for the associated systems subject to the design of the Consultant). This appointment shall comprise of Design Services through RIBA Stages 2 and 3. The Authority seeks to novate the RFTV Specialist to a main contractor from RIBA Stage 4. Work carried out at any further stage will be subject to a separate contract and is out of the scope of this requirement.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 75000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 21/04/2017  /  End: 01/04/2018
This contract is subject to renewal: no
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:  Selection criteria as stated in the procurement documents
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  30/03/2017
Local time:  17:00
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

Duration in months : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  30/03/2017
Local time:  17:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Strand
London
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
The Authority will incorporate a standstill period of at least 10 calendar days when information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Authority before the Contract is entered into. Applicants have two working days from notification of the award to request additional debriefing and that information has to be provided a minimum of 3 working days before expiry of the standstill period.
Such additional information should be requested from the address in I.1) above. If an appeal regarding the award of a Contract has not been successfully resolved, the Public Contracts Regulations 2015 (R 86/87) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action to the High Court (England, Wales and Northern Ireland).
VI.5)

Date of dispatch of this notice

28/02/2017