Contract notice

Information

Published

Date of dispatch of this notice: 15/06/2020

Expire date: 21/07/2020

External Reference: 2020-551532

TED Reference: 2020/S 116-282758

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Fire Commissioner
N/A
169 Union Street
London
SE1 0LL
UK
Contact person: Zak Smareglia
Telephone: +44 2085551200
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=33380&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

Other type:  Fire and Rescue Service
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Compliance and Audit Services
Reference number:  PROC/6669/20
II.1.2)

Main CPV code

71315210  -  Building services consultancy services
II.1.3)

Type of contract

Services
II.1.4)

Short description

London Fire Brigade (LFB) is the busiest fire and rescue service in the country. LFB is one of the largest firefighting and rescue organisations in the world protecting people and property from fire within the 1,587 square kilometres of Greater London.
The Compliance and Audit services will be made up of four core areas, namely:
1. Statutory Compliance Monitoring
2. Commercial Quote Checking
3. Technical Site Auditing
4. Building Fabric & M&E Condition Surveys
The intention of this tender is to identify a single supplier that can bring together all of these four services, whilst also being able to offer additional support and expert advice in other building related matters, as and when required. Please note: This tender is being managed by LFB using the BlueLight Portal. Bidders are requested to register on this portal to download the opportunity and supporting documentation. https://uk.eu-supply.com/login.asp?B=BLUELIGHT.
II.1.5)

Estimated total value

Value excluding VAT: 1800000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

71315000  -  Building services
71315200  -  Building consultancy services
71315210  -  Building services consultancy services
71317200  -  Health and safety services
71317210  -  Health and safety consultancy services
79212000  -  Auditing services
79212100  -  Financial auditing services
79212200  -  Internal audit services
II.2.3)

Place of performance

Main site or place of performance:  
London
II.2.4)

Description of the procurement

London Fire Brigade (LFB) is the busiest fire and rescue service in the country. LFB is one of the largest firefighting and rescue organisations in the world protecting people and property from fire within the 1,587 square kilometres of Greater London.
The LFB is run by the London Fire Commissioner, a corporation sole and the fire and rescue authority for London.
The LFB estate comprises of c.100 fire stations and two office buildings . This is managed by an internal Property team and its supply chain, comprising a range of Property and Facility Management (FM) suppliers delivering building related services.
As part of a transformation programme, and with some supply chain contracts coming to an end, an opportunity has arisen to review and re-tender the services relating to compliance and audit.
The Compliance and Audit services will be made up of four core areas, namely:
1. Statutory Compliance Monitoring
2. Commercial Quote Checking
3. Technical Site Auditing
4. Building Fabric & M&E Condition Surveys
The intention of this tender is to identify a single supplier that can bring together all of these four services, whilst also being able to offer additional support and expert advice in other building related matters, as and when required. Please note: This tender is being managed by LFB using the BlueLight Portal. Bidders are requested to register on this portal to download the opportunity and supporting documentation. https://uk.eu-supply.com/login.asp?B=BLUELIGHT.
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: 1800000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
Up to 24 months, in 12 month increments.
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5
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
II.2.14)

Additional information

Please note: This tender is being managed by London Fire Brigade using the BlueLight Portal. Bidders are requested to register on this portal to download the opportunity and supporting documentation. https://uk.eu-supply.com/login.asp?B=BLUELIGHT.

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:  Details are provided in the Selection Questionnaire.
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

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

Restricted procedure
IV.1.8)

Information about the 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:  21/07/2020
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 31/07/2020
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 : 9  (from the date stated for receipt of tender)

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
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
Royal Court of Justice
Strand
WC2A 2LL
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise Information on deadline(s) for lodging appeals. Proceedings may not be
brought unless the Economic Operator bringing the proceedings has informed
the Contracting Authority of the breach or anticipated breach of duty owed to it
by the contracting authority and of its intention to bring proceedings and unless
those proceedings are brought promptly, and in any event within 3 months from
the date when the grounds for the bringing of proceedings first arise, unless the
court considers that there is good reason for extending the period within which
proceedings can be brought.