Peabody Trust: Fire Safety Consultancy Framework

  Peabody Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Fire Safety Consultancy Framework
Notice type: Contract Notice
Authority: Peabody Trust
Nature of contract: Services
Procedure: Restricted
Short Description: Peabody Trust (“Peabody”) is seeking to appoint multiple providers to this Fire Safety framework agreement; •Lot 1 – Fire Engineering Services •Lot 2a – External Wall Investigation & Risk Assessment (Services) •Lot 2b – External Wall Risk Assessment for Taller Buildings (Services) •Lot 3 – Client Monitoring (Design) 1.2.During the Selection Stage, the intention is to assess the responses to the SQ and select a Bidder shortlist of the below for each Lot: Lot 1 – Fire Engineering (Design): shortlist of 10. Lot 2a – External Wall Investigation & Risk Assessment (Services): shortlist of 10. Lot 2b – External Wall Risk Assessment for Taller Buildings (Services): shortlist of 10. Lot 3 – Client Monitoring: shortlist of 10. Where there are suitably qualified Bidders, we will invite these Bidders to proceed to the next stage (Stage 2) of the formal Invitation to Tender (ITT). Peabody retains the right to invite more/less Suppliers to Tender than specified above.
Published: 27/09/2021 15:53
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: Fire and explosion protection and control consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Peabody Trust
             Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
             Tel. +44 7443219247, Email: jack.ashcroft1@peabody.org.uk
             Contact: Peabody Trust
             Main Address: www.peabody.org.uk, Address of the buyer profile: www.peabody.org.uk
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-and-explosion-protection-and-control-consultancy-services./6SRQXY825Q
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Fire Safety Consultancy Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71317100 - Fire and explosion protection and control consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Peabody Trust (“Peabody”) is seeking to appoint multiple providers to this Fire Safety framework agreement;

•Lot 1 – Fire Engineering Services
•Lot 2a – External Wall Investigation & Risk Assessment (Services)
•Lot 2b – External Wall Risk Assessment for Taller Buildings (Services)
•Lot 3 – Client Monitoring (Design)

1.2.During the Selection Stage, the intention is to assess the responses to the SQ and select a Bidder shortlist of the below for each Lot:

Lot 1 – Fire Engineering (Design): shortlist of 10.
Lot 2a – External Wall Investigation & Risk Assessment (Services): shortlist of 10.
Lot 2b – External Wall Risk Assessment for Taller Buildings (Services): shortlist of 10.
Lot 3 – Client Monitoring: shortlist of 10.

Where there are suitably qualified Bidders, we will invite these Bidders to proceed to the next stage (Stage 2) of the formal Invitation to Tender (ITT). Peabody retains the right to invite more/less Suppliers to Tender than specified above.       
      II.1.5) Estimated total value:
      Value excluding VAT: 10,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Fire Engineering Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      75251110 - Fire-prevention services.
      71315300 - Building surveying services.
      71317100 - Fire and explosion protection and control consultancy services.
      71315400 - Building-inspection services.
      71320000 - Engineering design services.
      71313410 - Risk or hazard assessment for construction.
      71242000 - Project and design preparation, estimation of costs.
      71318000 - Advisory and consultative engineering services.
      71317210 - Health and safety consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: The provision of fire safety engineering consultancy services.
      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: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: Peabody intends to award places on Lot 1 of this Fire Safety Framework to five (5) suppliers but reserves the right to award places to a greater or fewer number of suppliers depending on the bids received.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/6SRQXY825Q       
II.2) Description Lot No. 2
      
      II.2.1) Title: External Wall Investigation & Risk Assessment (Services)       
      Lot No: 2a       
      II.2.2) Additional CPV codes:
      75251110 - Fire-prevention services.
      71313410 - Risk or hazard assessment for construction.
      71317000 - Hazard protection and control consultancy services.
      71315400 - Building-inspection services.
      71315300 - Building surveying services.
      71315200 - Building consultancy services.
      90711100 - Risk or hazard assessment other than for construction.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: External Wall Investigation & Risk Assessment Services.
      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: 4,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: Peabody intends to award places on Lot 2a of the framework to five (5) suppliers but reserves the right to award places to a greater or fewer number of suppliers depending on the bids received.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: External Wall Risk Assessment for Taller Buildings (Services)       
      Lot No: 2b       
      II.2.2) Additional CPV codes:
      75251110 - Fire-prevention services.
      71313410 - Risk or hazard assessment for construction.
      71317000 - Hazard protection and control consultancy services.
      71315400 - Building-inspection services.
      71315300 - Building surveying services.
      71315200 - Building consultancy services.
      90711100 - Risk or hazard assessment other than for construction.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: External Wall Risk Assessment for Taller Buildings (Services)
      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: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: Peabody intends to award places on Lot 2b of the framework to five (5) suppliers but reserves the right to award places to a greater or fewer number of suppliers depending on the bids received.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Client Monitoring (Design)       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71313410 - Risk or hazard assessment for construction.
      71315400 - Building-inspection services.
      71315300 - Building surveying services.
      71315200 - Building consultancy services.
      71318000 - Advisory and consultative engineering services.
      71242000 - Project and design preparation, estimation of costs.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: Client Monitoring (Design) services
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: Peabody intends to award places on the framework to five (5) suppliers but reserves the right to award places to a greater or fewer number of suppliers depending on the bids received.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      If responding to Lot 2a, your organisation must be a member of a relevant professional body within the construction industry with sufficient expertise to identify the relevant materials within the external wall and attachments and whether fire resisting cavity barriers and fire stopping have been installed correctly. Relevant professional bodies include: • Architects Registration Board (ARB) • Association of Consultant Approved Inspectors (ACAI) • Chartered Association of Building Engineers (CABE) • Chartered Institute of Architectural Technologists (CIAT) • Chartered Institute of Building (CIOB) • Chartered Institution of Building Services Engineers (CIBSE) • Construction Industry Council Approver Inspectors Register (CICAIR) • Institute of Clerks of Works and Construction Inspectorate (ICWCI) • Institution of Civil Engineers (ICE) • Institution of Fire Engineers (IFE) • Institution of Structural Engineers (IStructE) • Local Authority Building Control (LABC) • Royal Institute of British Architects (RIBA) • Royal Institution of Chartered Surveyors (RICS) • Society of Façade Engineers (SFE)

If responding to Lot 2b, your organisation must have expertise in the assessment of the fire risk presented by external wall materials and should be a member of a relevant professional body that deals with fire safety in the built environment. This could be a Chartered Engineer with the Institution of Fire Engineers or equivalent.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      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: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 20               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 27/10/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 06/12/2021       
      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: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-and-explosion-protection-and-control-consultancy-services./6SRQXY825Q

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6SRQXY825Q
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             High Court of England and Wales
          London, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          High Court of England and Wales
       London, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 27/09/2021

Annex A


View any Notice Addenda

View Award Notice