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 |
View Full Notice
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