Section one: Contracting authority
one.1) Name and addresses
The Riverside Group
2 Estuary Boulevard, Estuary Commerce Park
Speke, Liverpool
L24 8RF
Contact
Iain Taylor
Telephone
+44 70385117067
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/theriversidegroup/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/theriversidegroup/aspx/Home
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
High Risk Residential Buildings Framework (HRRB)
Reference number
TRG/0066
two.1.2) Main CPV code
- 75251110 - Fire-prevention services
two.1.3) Type of contract
Services
two.1.4) Short description
Riverside Group (Riverside) wishes to appoint a framework of consultants who will have the experience and capability to deliver Fire consultancy services to High Risk Residential Buildings (HRRB) across the whole of England as expressed within these tender documents. This will allow Riverside to meet its compliance responsibilities in accordance with fire safety. The specification outlines the requirement for all services required under the framework. The framework will include the below workstreams: Lot /Approx Budget pa 1) Measured surveys £52k 2) Fire Engineer £500k 3) Structural Surveys £200k 4) Remedial Logging £TBC 5) FRA £200k All works will be required on a National basis however 90% of TRGs HRRBs are in London. TRGs high rise blocks are located across the below regions: Liverpool 4 Manchester 2 London 90 Ramsgate 1 Birmingham 1 Leicester 1 Workington 1 We will appoint the top scoring 3 suppliers per lot to the framework.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Measured Surveys
Lot No
1
two.2.2) Additional CPV code(s)
- 71310000 - Consultative engineering and construction services
- 71317000 - Hazard protection and control consultancy services
- 71315100 - Building-fabric consultancy services
- 71621000 - Technical analysis or consultancy services
- 71312000 - Structural engineering consultancy services
- 71318000 - Advisory and consultative engineering services
- 71317100 - Fire and explosion protection and control consultancy services
- 71315200 - Building consultancy services
- 71530000 - Construction consultancy services
- 71317210 - Health and safety consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To deliver the service to conduct measured surveys for 13 high rise/high risk buildings across the groups stock.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £200,000
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.2.10) 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
Fire Engineer
Lot No
2
two.2.2) Additional CPV code(s)
- 71310000 - Consultative engineering and construction services
- 71315100 - Building-fabric consultancy services
- 71312000 - Structural engineering consultancy services
- 71317100 - Fire and explosion protection and control consultancy services
- 71315200 - Building consultancy services
- 71315210 - Building services consultancy services
- 71300000 - Engineering services
- 71530000 - Construction consultancy services
- 71621000 - Technical analysis or consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
TRG/OHG require a chartered fire engineer for fire safety and structural safety for solutions in occupied and new build. A chartered fire engineer provides a level of reassurance/competence to the design process to ensure fire safety during construction and occupation stage and resident safety.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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.2.10) 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
Structural Surveys
Lot No
3
two.2.2) Additional CPV code(s)
- 71310000 - Consultative engineering and construction services
- 71312000 - Structural engineering consultancy services
- 71318000 - Advisory and consultative engineering services
- 71317100 - Fire and explosion protection and control consultancy services
- 71315200 - Building consultancy services
- 71315210 - Building services consultancy services
- 71621000 - Technical analysis or consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
TRG/OHG require a structural engineer to assess the structural stability of our stock (mainly Highrise) to understand the design type and assess to see if there are any structural failures.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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.2.10) 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
Remedial Evidence Logging
Lot No
4
two.2.2) Additional CPV code(s)
- 71310000 - Consultative engineering and construction services
- 71317000 - Hazard protection and control consultancy services
- 71315100 - Building-fabric consultancy services
- 71312000 - Structural engineering consultancy services
- 71317100 - Fire and explosion protection and control consultancy services
- 71315200 - Building consultancy services
- 71315210 - Building services consultancy services
- 71530000 - Construction consultancy services
- 71621000 - Technical analysis or consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
As part of TRG’s HRRB (High Risk Residential Buildings) framework we have a lot requirement for Remedial evidence, Visual Project Documentation Services and 3D laser scanning. TRG/OHGs high rise blocks are located across the below regions: Liverpool Manchester London Ramsgate Birmingham Leicester Workington The service is intended to be used mainly in-occupied buildings in London and surroundings. The service might also be used on several mid-rise blocks in London and surroundings, where cladding remediation works are required. There may be a requirement for these services on lower-level blocks/buildings.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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.2.10) 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
FRA
Lot No
5
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
- 71315100 - Building-fabric consultancy services
- 71621000 - Technical analysis or consultancy services
- 71312000 - Structural engineering consultancy services
- 71318000 - Advisory and consultative engineering services
- 71315200 - Building consultancy services
- 71315210 - Building services consultancy services
- 71310000 - Consultative engineering and construction services
- 71530000 - Construction consultancy services
- 71317210 - Health and safety consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
As part of TRG’s HRRB (High Risk Residential Buildings) framework we have a lot requirement for Fire Risk Assessment It is TRGs intention to issue all 100x 18metre+ blocks via the framework for 3rd party Fire Risk Assessments annually. TRGs high rise blocks are located across the below regions: Liverpool 4 Manchester 2 London 90 Ramsgate 1 Birmingham 1 Leicester 1 Workington 1
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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.2.10) 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
As per Tender Documents
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
Open 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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Not Applicable
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
16 August 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
16 August 2024
Local time
12:00pm
Place
Online
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royall Court of Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Not Applicable