Clarion Housing Group: Fire Risk Assessments

  Clarion Housing Group is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Fire Risk Assessments
Notice type: Contract Notice
Authority: Clarion Housing Group
Nature of contract: Services
Procedure: Restricted
Short Description: DPS for the national provision of type 1, 2, 3 and 4 Fire Risk Assessments
Published: 09/06/2021 12:22
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-London: Building surveying services.
Section I: Contracting Authority
      I.1) Name and addresses
             Clarion Housing Group, United Kingdom
             Level 6, 6 More London Place, London, SE1 2DA, United Kingdom
             Tel. +44 2083138225, Email: ashley.ogarro@clarionhg.com
             Main Address: https://www.clarionhg.com/
             NUTS Code: UK
      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:-Building-surveying-services./47W278W5B9
      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 Risk Assessments       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71315300 - Building surveying services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: DPS for the national provision of type 1, 2, 3 and 4 Fire Risk Assessments       
      II.1.5) Estimated total value:
      Value excluding VAT: 20,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71317100 - Fire and explosion protection and control consultancy services.
      71313410 - Risk or hazard assessment for construction.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: 1.1The purpose of this process is to procure a DPS for the provision of Fire Risk Assessments (FRA).
1.2Clarion Housing Group (Clarion) wishes to create a DPS with the aim of appointing Service Providers to develop and deliver a programme of FRAs in compliance with the Regulatory Reform (Fire Safety) Order 2005, and Fire Safety Bill which is currently being debated in Parliament. The Service Providers shall have the following capabilities and experience:
1.2.1Experience planning and delivering large scale FRA programmes (in excess of 750 FRAs per annum) incorporating type 1, 2, 3 and 4 FRAs
1.2.2Be capable of producing a detailed and prioritised schedule of works for all remedial actions
1.2.3Experience working with the social housing sector or similar
1.2.4Demonstrate a suitable formal quality assurance / control process that is adhered to by assessors both directly employed and sub-contractors
1.2.5Have in place robust management process of all staff and sub-contractors
1.2.6One or more of the following accreditations:
1.2.6.1IFC Certification Ltd - IFCC 0099 Company Scheme
1.2.6.2Warrington Certification Ltd - Fire Risk Assessors Certification (FRACS) Company Scheme
1.2.6.3BAFE - SP205 Company Scheme
1.2.6.4Or any other relevant accreditation approved by Clarion
1.2.7Experience in a variety of residential FRAs, in a multitude of property types, including but not limited to:
1.2.7.1Purpose built Blocks
1.2.7.2Complex design
1.2.7.3Offices
1.2.7.4Converted Street Properties
1.2.7.5Small and Medium places of Assembly (Community Centres)
1.2.7.6Specialized Housing (Sheltered, Supported and Extra Care)
1.2.7.7Temporary Accommodation
1.2.7.8Key worker
1.2.7.9Commercial properties
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 120       
      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:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      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:          
      1.2.6One or more of the following accreditations:
1.2.6.1IFC Certification Ltd - IFCC 0099 Company Scheme
1.2.6.2Warrington Certification Ltd - Fire Risk Assessors Certification (FRACS) Company Scheme
1.2.6.3BAFE - SP205 Company Scheme
1.2.6.4Or any other relevant accreditation approved by Clarion    
      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 - NO        
         The procurement involves the setting up of a dynamic purchasing system          
         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: No       
   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: 12/07/2021 Time: 14:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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: Yes    
   Estimated timing for further notices to be published: July 2031
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Building-surveying-services./47W278W5B9

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/47W278W5B9
   VI.4) Procedures for review
   VI.4.1) Review body:
             Clarion Housing Group
       6 More London Place, London, SE1 2DA, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 09/06/2021

Annex A


View any Notice Addenda

View Award Notice