Tender

Fire Safety Consultancy Framework

  • Peabody Trust

F02: Contract notice

Notice identifier: 2021/S 000-023979

Procurement identifier (OCID): ocds-h6vhtk-02e51b

Published 27 September 2021, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

Peabody Trust

Minster Court, 45-47 Westminster Bridge Road

London

SE1 7JB

Contact

Peabody Trust

Email

jack.ashcroft1@peabody.org.uk

Telephone

+44 7443219247

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

www.peabody.org.uk

Buyer's address

www.peabody.org.uk

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:-Fire-and-explosion-protection-and-control-consultancy-services./6SRQXY825Q

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 Consultancy 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

Peabody Trust (“Peabody”) is seeking to appoint multiple providers to this Fire Safety framework agreement;

•Lot 1 – Fire Engineering Services

•Lot 2a – External Wall Investigation & Risk Assessment (Services)

•Lot 2b – External Wall Risk Assessment for Taller Buildings (Services)

•Lot 3 – Client Monitoring (Design)

1.2.During the Selection Stage, the intention is to assess the responses to the SQ and select a Bidder shortlist of the below for each Lot:

Lot 1 – Fire Engineering (Design): shortlist of 10.

Lot 2a – External Wall Investigation & Risk Assessment (Services): shortlist of 10.

Lot 2b – External Wall Risk Assessment for Taller Buildings (Services): shortlist of 10.

Lot 3 – Client Monitoring: shortlist of 10.

Where there are suitably qualified Bidders, we will invite these Bidders to proceed to the next stage (Stage 2) of the formal Invitation to Tender (ITT). Peabody retains the right to invite more/less Suppliers to Tender than specified above.

two.1.5) Estimated total value

Value excluding VAT: £10,500,000

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

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.

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

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

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.2.10) 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/6SRQXY825Q

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.

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

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

Peabody intends to award places on Lot 2a of 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.2.10) 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)

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

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

Peabody intends to award places on Lot 2b of 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.2.10) 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

Client Monitoring (Design)

Lot No

4

two.2.2) Additional CPV code(s)

  • 71313410 - Risk or hazard assessment for construction
  • 71315400 - Building-inspection services
  • 71315300 - Building surveying services
  • 71315200 - Building consultancy services
  • 71318000 - Advisory and consultative engineering services
  • 71242000 - Project and design preparation, estimation of costs

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

LONDON

two.2.4) Description of the procurement

Client Monitoring (Design) services

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: £1,000,000

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

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

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.2.10) 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

If responding to Lot 2a, your organisation must be a member of a relevant professional body within the construction industry with sufficient expertise to identify the relevant materials within the external wall and attachments and whether fire resisting cavity barriers and fire stopping have been installed correctly. Relevant professional bodies include: • Architects Registration Board (ARB) • Association of Consultant Approved Inspectors (ACAI) • Chartered Association of Building Engineers (CABE) • Chartered Institute of Architectural Technologists (CIAT) • Chartered Institute of Building (CIOB) • Chartered Institution of Building Services Engineers (CIBSE) • Construction Industry Council Approver Inspectors Register (CICAIR) • Institute of Clerks of Works and Construction Inspectorate (ICWCI) • Institution of Civil Engineers (ICE) • Institution of Fire Engineers (IFE) • Institution of Structural Engineers (IStructE) • Local Authority Building Control (LABC) • Royal Institute of British Architects (RIBA) • Royal Institution of Chartered Surveyors (RICS) • Society of Façade Engineers (SFE)

If responding to Lot 2b, your organisation must have expertise in the assessment of the fire risk presented by external wall materials and should be a member of a relevant professional body that deals with fire safety in the built environment. This could be a Chartered Engineer with the Institution of Fire Engineers or equivalent.

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

27 October 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

6 December 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.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

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./6SRQXY825Q

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/6SRQXY825Q

GO Reference: GO-2021927-PRO-18975695

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England and Wales

London

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

High Court of England and Wales

London

Country

United Kingdom