Tender

Fire Risk Assessments Consultancy Services on Buildings Boroughwide.( Ref 267)

CAPITALESOURCING

This public procurement record has 1 release in its history.

Tender

05 Aug 2022 at 11:06

Summary of the contracting process

The Royal Borough of Kensington and Chelsea is seeking qualified consultants for Fire Risk Assessments Consultancy Services for Council-owned housing buildings, with a total estimated value of £500,000. This procurement falls under the construction work industry category and is currently in the tender stage. The tender was published on 5th August 2022, and submissions must be completed by 31st August 2022. The successful contract will commence on 24th October 2022 and last until 28th October 2024. The procurement is conducted via an open procedure that is below the financial threshold.

This tender presents significant opportunities for businesses specialising in fire safety, engineering services, and construction, particularly those with third-party certification under relevant fire safety schemes. Small and medium enterprises (SMEs) are particularly encouraged to participate, given the buyer's openness to working with them. Companies that can demonstrate compliance with the Regulatory Reform (Fire Safety) Order 2005 and possess the necessary credentials for assessing fire risks in multi-storey buildings will be well-positioned to compete successfully for this contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Fire Risk Assessments Consultancy Services on Buildings Boroughwide.( Ref 267)

Notice Description

Royal Borough of Kensington and Chelsea (RBKC) requires qualified consultants to ensure suitable and sufficient fire risk assessments are in place for our Council owned Housing buildings, in line with our strategy detailed in FRP-005. The fire risk assessments must meet the requirements of the Regulatory Reform (Fire Safety) Order 2005, including amendments made by the Fire Safety Act, the forthcoming Building Safety Bill and relevant secondary legislation. Competence of assessors All fire risk assessors carrying out FRAs of RBKC buildings are to have individual third-party registration on the National Register of Fire Risk Assessors (IFE Fire Risk Register, FRACS, or Tier 3 IFSM). All assessors are to hold a grade of membership with a recognised fire safety professional body, preferably the Institution of Fire Engineers. All fire risk assessors working on buildings with a storey height of 11 metres and over will be additionally registered with the Engineering Council through the Institution of Fire Engineers (IFE), at minimum level of EngTech. The FRA provider (organisation) will be third-party certified under the BAFE SP205 Scheme.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-c0c5c8e0-da1b-494b-a974-9e45489c81d5
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/5db60026-aa19-4a7f-9511-297009dea810
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services

75 - Administration, defence and social security services


CPV Codes

45000000 - Construction work

45351000 - Mechanical engineering installation works

50000000 - Repair and maintenance services

71300000 - Engineering services

71631400 - Technical inspection services of engineering structures

75251110 - Fire-prevention services

Notice Value(s)

Tender Value
£500,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Aug 20223 years ago
Submission Deadline
31 Aug 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
23 Oct 2022 - 28 Oct 2024 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CAPITALESOURCING
Contact Name
Mo
Contact Email
mo.ajibola@rbkc.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
W10 5BE
Post Town
West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI33 Kensington & Chelsea and Hammersmith & Fulham
Delivery Location
TLI London

Local Authority
Kensington and Chelsea
Electoral Ward
Golborne
Westminster Constituency
Kensington and Bayswater

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-c0c5c8e0-da1b-494b-a974-9e45489c81d5-2022-08-05T12:06:08+01:00",
    "date": "2022-08-05T12:06:08+01:00",
    "ocid": "ocds-b5fd17-c0c5c8e0-da1b-494b-a974-9e45489c81d5",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_313494/1095274",
        "title": "Fire Risk Assessments Consultancy Services on Buildings Boroughwide.( Ref 267)",
        "description": "Royal Borough of Kensington and Chelsea (RBKC) requires qualified consultants to ensure suitable and sufficient fire risk assessments are in place for our Council owned Housing buildings, in line with our strategy detailed in FRP-005. The fire risk assessments must meet the requirements of the Regulatory Reform (Fire Safety) Order 2005, including amendments made by the Fire Safety Act, the forthcoming Building Safety Bill and relevant secondary legislation. Competence of assessors All fire risk assessors carrying out FRAs of RBKC buildings are to have individual third-party registration on the National Register of Fire Risk Assessors (IFE Fire Risk Register, FRACS, or Tier 3 IFSM). All assessors are to hold a grade of membership with a recognised fire safety professional body, preferably the Institution of Fire Engineers. All fire risk assessors working on buildings with a storey height of 11 metres and over will be additionally registered with the Engineering Council through the Institution of Fire Engineers (IFE), at minimum level of EngTech. The FRA provider (organisation) will be third-party certified under the BAFE SP205 Scheme.",
        "datePublished": "2022-08-05T12:06:08+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "45351000",
                "description": "Mechanical engineering installation works"
            },
            {
                "scheme": "CPV",
                "id": "50000000",
                "description": "Repair and maintenance services"
            },
            {
                "scheme": "CPV",
                "id": "71300000",
                "description": "Engineering services"
            },
            {
                "scheme": "CPV",
                "id": "71631400",
                "description": "Technical inspection services of engineering structures"
            },
            {
                "scheme": "CPV",
                "id": "75251110",
                "description": "Fire-prevention services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "W10 5BE"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2022-08-31T12:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2022-10-24T00:00:00+01:00",
            "endDate": "2024-10-28T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/5db60026-aa19-4a7f-9511-297009dea810",
                "datePublished": "2022-08-05T12:06:08+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-106123",
            "name": "capitalEsourcing",
            "identifier": {
                "legalName": "capitalEsourcing"
            },
            "address": {
                "streetAddress": "Unit A, 292 Kensal Road",
                "locality": "London",
                "postalCode": "W10 5BE",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Mo",
                "email": "mo.ajibola@rbkc.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-106123",
        "name": "capitalEsourcing"
    }
}