Tender

High Risk Residential Buildings Framework (HRRB)

  • The Riverside Group

F02: Contract notice

Notice identifier: 2024/S 000-022175

Procurement identifier (OCID): ocds-h6vhtk-047e51

Published 18 July 2024, 9:42am



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

Email

iain.taylor@riverside.org.uk

Telephone

+44 70385117067

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.riverside.org

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