Ex Employees: Fire Safety Framework

  Ex Employees is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Fire Safety Framework
Notice type: Contract Notice
Authority: Ex Employees
Nature of contract: Services
Procedure: Restricted
Short Description: Fire Safety framework consisting of 3 Lots: Lot 1 - Fire Engineering (Services) Lot 2a - External Wall Investigation & Risk Assessment (Services) Lot 2b - External Wall Risk Assessment for Taller Buildings (Services) In addition to Peabody Trust, other social housing providers in the UK (both those that are in existence now and those that may be in existence in the future) will also be entitled to call-off contracts under the framework agreement. ‘Social Housing Provider’ for this purpose means any provider of social housing and includes, without limitation, registered providers, local authorities and ALMOs. Such social housing providers will only be entitled to call off under the framework agreement if Peabody Trust consents.
Published: 09/04/2021 15:56
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./83TYZT4JQU
      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 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: Fire Safety framework consisting of 3 Lots:

Lot 1 - Fire Engineering (Services)
Lot 2a - External Wall Investigation & Risk Assessment (Services)
Lot 2b - External Wall Risk Assessment for Taller Buildings (Services)

In addition to Peabody Trust, other social housing providers in the UK (both those that are in existence now and those that may be in existence in the future) will also be entitled to call-off contracts under the framework agreement.

‘Social Housing Provider’ for this purpose means any provider of social housing and includes, without limitation, registered providers, local authorities and ALMOs. Such social housing providers will only be entitled to call off under the framework agreement if Peabody Trust consents.       
      II.1.5) Estimated total value:
      Value excluding VAT: 9,500,000       
      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: 3
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Yes

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.

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.2.5) 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
             
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/83TYZT4JQU       
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.

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.2.5) 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
             
      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       
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)

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.2.5) 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
             
      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:          
      Please refer to the SQ    
      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: 15               
         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: 12/05/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/06/2021       
      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 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:-Fire-and-explosion-protection-and-control-consultancy-services./83TYZT4JQU

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/83TYZT4JQU
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             High Court
          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
       London, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 09/04/2021

Annex A


View any Notice Addenda

UK-London: Fire and explosion protection and control consultancy services.

Section I: Contracting authority/entity (as stated in the original notice)

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

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Fire Safety 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: Fire Safety framework consisting of 3 Lots:

Lot 1 - Fire Engineering (Services)
Lot 2a - External Wall Investigation & Risk Assessment (Services)
Lot 2b - External Wall Risk Assessment for Taller Buildings (Services)

In addition to Peabody Trust, other social housing providers in the UK (both those that are in existence now and those that may be in existence in the future) will also be entitled to call-off contracts under the framework agreement.

‘Social Housing Provider’ for this purpose means any provider of social housing and includes, without limitation, registered providers, local authorities and ALMOs. Such social housing providers will only be entitled to call off under the framework agreement if Peabody Trust consents.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 13/04/2021

VI.6) Original notice reference:

   Notice Reference:    2021 - 289144   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 09/04/2021

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                  
         Section Number: II.2.6)          
         Lot No: 1          
         Place of text to be modified: II.2.6)          
         Instead of: £1.5 million          
         Read: £4 million
                                    
   
VII.2) Other 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:-Fire-and-explosion-protection-and-control-consultancy-services./83TYZT4JQU

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/83TYZT4JQU


View Award Notice