Section one: Contracting authority
one.1) Name and addresses
Clarion Housing Group
Level 6, 6 More London Place
London
SE1 2DA
Telephone
+44 2083138225
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
United Kingdom
Internet address(es)
Main address
one.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 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 Risk Assessments
two.1.2) Main CPV code
- 71315300 - Building surveying services
two.1.3) Type of contract
Services
two.1.4) Short description
DPS for the national provision of type 1, 2, 3 and 4 Fire Risk Assessments
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
- 71313410 - Risk or hazard assessment for construction
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the 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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
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
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
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 setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 July 2021
Local time
2:00pm
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: Yes
Estimated timing for further notices to be published: July 2031
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:
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
GO Reference: GO-202169-PRO-18372551
six.4) Procedures for review
six.4.1) Review body
Clarion Housing Group
6 More London Place
London
SE1 2DA
Country
United Kingdom