Section one: Contracting authority
one.1) Name and addresses
Peabody Trust
Minster Court, 45-47 Westminster Bridge Road
London
SE1 7JB
Contact
Peabody Trust
Telephone
+44 7443219247
Country
United Kingdom
NUTS code
UKI - LONDON
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Fire Safety Framework
two.1.2) Main CPV code
- 71317100 - Fire and explosion protection and control consultancy services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £9,500,000
two.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
two.2) Description
two.2.1) Title
Fire Engineering (Services)
Lot No
1
two.2.2) Additional CPV code(s)
- 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
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
Main site or place of performance
LONDON
two.2.4) Description of the 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/83TYZT4JQU
two.2) Description
two.2.1) Title
External Wall Investigation & Risk Assessment (Services)
Lot No
2a
two.2.2) Additional CPV code(s)
- 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
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
Main site or place of performance
LONDON
two.2.4) Description of the 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
External Wall Risk Assessment for Taller Buildings (Services)
Lot No
2b
two.2.2) Additional CPV code(s)
- 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
two.2.3) Place of performance
NUTS codes
- UKI - LONDON
Main site or place of performance
LONDON
two.2.4) Description of the 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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 May 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
21 June 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/83TYZT4JQU
GO Reference: GO-202149-PRO-18060047
six.4) Procedures for review
six.4.1) Review body
High Court
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court
London
Country
United Kingdom