Section one: Contracting authority
one.1) Name and addresses
Royal Borough of Kensington & Chelsea
2nd Floor, Kensington Town Hall, Hornton Street, London
London
W8 7NX
Contact
Social Investment and Property
sipprocurementquotations@rbkc.gov.uk
Telephone
+44 7890604826
Country
United Kingdom
Region code
UKI - London
National registration number
PPRX-1592-MXGN
Internet address(es)
Main address
www.rbkc.gov.uk/business-and-enterprise/business-opportunities-and-procurement/procurement-borough
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Procurement of Fire Risk Assessment services via Southeast Consortium Framework (SEC) Lot 5 of the Compliance Consultancy.
two.1.2) Main CPV code
- 71317210 - Health and safety consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The procurement of Fire Risk Assessment services was conducted through the Southeast Consortium Framework (SEC), Lot 5 – Compliance Consultancy. Following the framework’s procedures, the contract was directly awarded to the first-ranked supplier, as the framework allows direct call-offs from the top-ranked provider without a separate mini-competition.
The initial contract includes an optional extension of one year, which may be exercised in accordance with the framework terms. This ensures that the procurement remains fully compliant while providing flexibility to continue the service if required.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £420,000
two.2) Description
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 procurement of Fire Risk Assessment services was conducted through the Southeast Consortium Framework (SEC), Lot 5 – Compliance Consultancy. In line with the framework’s procedures, the contract was directly awarded to the first-ranked supplier, as the framework permits direct call-offs from the top-ranked provider without the need for a mini-competition.
The contract is for an initial period of two years, with an optional extension as allowed under the framework. This approach ensures the procurement is fully compliant while providing flexibility to continue the service if required.
two.2.5) Award criteria
Price
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
The procurement of Fire Risk Assessment services was conducted through the Southeast Consortium Framework (SEC), Lot 5 – Compliance Consultancy. Following the framework’s established procedures, the process involved identifying the highest-ranked supplier as per the framework evaluation criteria. In line with the terms and conditions of the SEC framework, the contract was directly awarded to the first-ranked supplier, as the framework allows direct call-offs from the top-ranked provider without the need for a separate mini-competition. This approach ensures compliance with procurement regulations while enabling a swift and efficient appointment of a qualified supplier. The process was therefore fully compliant with the framework’s rules, and the award to the first-ranked supplier was entirely consistent with standard practice under the SEC framework.
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
18 September 2025
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
TEAM SAFETY SERVICES LIMITED
Suites 1 & 2 Jarman House, England
Redbourn
AL3 7LN
Telephone
+44 7847395491
Country
United Kingdom
NUTS code
- UKI - London
National registration number
07069072
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £420,000
Section six. Complementary information
six.3) Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=981638578 GO Reference: GO-2025919-PRO-32417165
six.4) Procedures for review
six.4.1) Review body
Royal Borough of Kensington and Chelsea
Hornton Street, Hornton Street, London
London
W8 7NX
sipprocurementquotations@rbkc.gov.uk
Telephone
+44 7890604826
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Borough of Kensington and Chelsea
2nd Floor, Kensington Town Hall, Hornton Street, London
London
W8 7NX
Telephone
+44 7890604826
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Royal Borough of Kensington & Chelsea
2nd Floor, Kensington Town Hall, Hornton Street, London
London
W8 7NX
Telephone
+44 7890604826
Country
United Kingdom