Notice Information
Notice Title
Fire Safety Works - Consultancy Services Term Contracts
Notice Description
The Services will comprise the provision of professional consultancy services to support the delivery of Fire Safety Works in response to Fire Risk Assessments of the Authority's housing and related assets. Separate Term Contracts are being established to undertake fire safety works. This Contract is for consultancy support in the roles of 1. Multi-disciplinary Consultant, 2. MEPH Engineering Services; 3. Civil/Structural Engineering Services.
Lot Information
Fire Safety Works: Multi-disciplinary Consultancy (North Area)
The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Multi-Disciplinary Consultant under a Design & Build approach, providing architecture, project management, cost consultancy, CDM-Adviser, clerk of works. Additional information: The Authority will award a contract to the highest scoring Tenderer on Lots 1&2. Tenderers will be required to state their preference for which lot they would like to be awarded. The highest scoring Tenderer will be awarded their preferred lot and the second placed Tenderer will be awarded the remaining lot. Tenderers are required to compete for both lots 1&2.
Renewal: Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents.
Fire Safety Works: Multi-disciplinary Consultancy (South Area)The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors;3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Multi-Disciplinary Consultant under a Design & Build approach, providing architecture, project management, cost consultancy, CDM-Adviser, clerk of works. Additional information: The Authority will award a contract to the highest scoring Tenderer on Lots 1&2. Tenderers will be required to state their preference for which lot they would like to be awarded. The highest scoring Tenderer will be awarded their preferred lot and the second placed Tenderer will be awarded the remaining lot. Tenderers are required to compete for both lots 1&2.
Renewal: Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents.
Fire Safety Works: MEPH EngineerThe Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Mechanical, Electrical and Public Health (MEPH) Engineering Services under a Design & Build approach.
Renewal: Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents.
Fire Safety Works: Civil/Structural EngineerThe Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Civil/Structural Engineer under a Design & Build approach.
Renewal: Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02ede5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/026232-2021
- 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
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
71200000 - Architectural and related services
71311000 - Civil engineering consultancy services
71312000 - Structural engineering consultancy services
71315300 - Building surveying services
71317210 - Health and safety consultancy services
71320000 - Engineering design services
71321000 - Engineering design services for mechanical and electrical installations for buildings
71322000 - Engineering design services for the construction of civil engineering works
71324000 - Quantity surveying services
71330000 - Miscellaneous engineering services
71334000 - Mechanical and electrical engineering services
71520000 - Construction supervision services
71521000 - Construction-site supervision services
71530000 - Construction consultancy services
71541000 - Construction project management services
Notice Value(s)
- Tender Value
- £8,000,000 £1M-£10M
- Lots Value
- £7,800,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Oct 20214 years ago
- Submission Deadline
- 29 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTHERN HOUSING GROUP
- Contact Name
- Ryan Tanner
- Contact Email
- contracts@shgroup.org.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- EC1M 5LA
- Post Town
- Central London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI43 Haringey and Islington
- Delivery Location
- TLJ South East (England)
-
- Local Authority
- Islington
- Electoral Ward
- Clerkenwell
- Westminster Constituency
- Islington South and Finsbury
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-02ede5-2021-10-20T10:20:45+01:00",
"date": "2021-10-20T10:20:45+01:00",
"ocid": "ocds-h6vhtk-02ede5",
"description": "(MT Ref:223781)",
"initiationType": "tender",
"tender": {
"id": "PR/REF: 0030 - (T10386/4)",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Fire Safety Works - Consultancy Services Term Contracts",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
"mainProcurementCategory": "services",
"description": "The Services will comprise the provision of professional consultancy services to support the delivery of Fire Safety Works in response to Fire Risk Assessments of the Authority's housing and related assets. Separate Term Contracts are being established to undertake fire safety works. This Contract is for consultancy support in the roles of 1. Multi-disciplinary Consultant, 2. MEPH Engineering Services; 3. Civil/Structural Engineering Services.",
"value": {
"amount": 8000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsBidPerSupplier": 2,
"maximumLotsAwardedPerSupplier": 1,
"awardCriteriaDetails": "Tenders may be submitted for maximum 2 lotsMaximum number of lots that may be awarded to one tenderer: 1The contracting authority reserves the right to award contracts combining the following lots or groups of lots:- \"Multi-disciplinary Services\" may compete for Lots 1 and 2 only;- \"MEPH Engineering may compete for lot 3 only;- Civil/Structural may compete for lot 4 only."
},
"lots": [
{
"id": "1",
"title": "Fire Safety Works: Multi-disciplinary Consultancy (North Area)",
"description": "The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Multi-Disciplinary Consultant under a Design & Build approach, providing architecture, project management, cost consultancy, CDM-Adviser, clerk of works. Additional information: The Authority will award a contract to the highest scoring Tenderer on Lots 1&2. Tenderers will be required to state their preference for which lot they would like to be awarded. The highest scoring Tenderer will be awarded their preferred lot and the second placed Tenderer will be awarded the remaining lot. Tenderers are required to compete for both lots 1&2.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 3000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": true,
"renewal": {
"description": "Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Fire Safety Works: Multi-disciplinary Consultancy (South Area)",
"description": "The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors;3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Multi-Disciplinary Consultant under a Design & Build approach, providing architecture, project management, cost consultancy, CDM-Adviser, clerk of works. Additional information: The Authority will award a contract to the highest scoring Tenderer on Lots 1&2. Tenderers will be required to state their preference for which lot they would like to be awarded. The highest scoring Tenderer will be awarded their preferred lot and the second placed Tenderer will be awarded the remaining lot. Tenderers are required to compete for both lots 1&2.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 3000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": true,
"renewal": {
"description": "Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "3",
"title": "Fire Safety Works: MEPH Engineer",
"description": "The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Mechanical, Electrical and Public Health (MEPH) Engineering Services under a Design & Build approach.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 1200000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": true,
"renewal": {
"description": "Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "4",
"title": "Fire Safety Works: Civil/Structural Engineer",
"description": "The Services will comprise undertaking professional construction consultancy services to support the Authority's Fire Safety Works programme in response to Fire Risk Assessments of the Authority's housing and related assets. The works will comprise 1. Fire stopping and compartmentation works; 2.Upgrading/replacement of doors to fire rated doors; 3.Fire signage; 4. Cladding Remediation Work; 5. Emergency fire safety works. The Consultant will be required to fulfil the role of Civil/Structural Engineer under a Design & Build approach.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 600000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 3600
},
"hasRenewal": true,
"renewal": {
"description": "Following the initial contract term (60 months), the Authority reserves the right to renew the contract on a rolling 60-month basis up to a maximum of 120 months. The rolling renewal will be based on the performance of the Consultant in accordance with the terms set out in the Term Appointment, contained with the Procurement Documents."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "71521000",
"description": "Construction-site supervision services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71520000",
"description": "Construction supervision services"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
}
],
"deliveryAddresses": [
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Southern England"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "71317210",
"description": "Health and safety consultancy services"
},
{
"scheme": "CPV",
"id": "71315300",
"description": "Building surveying services"
},
{
"scheme": "CPV",
"id": "71521000",
"description": "Construction-site supervision services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71520000",
"description": "Construction supervision services"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
}
],
"deliveryAddresses": [
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Southern England"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71334000",
"description": "Mechanical and electrical engineering services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
},
{
"scheme": "CPV",
"id": "71321000",
"description": "Engineering design services for mechanical and electrical installations for buildings"
},
{
"scheme": "CPV",
"id": "71330000",
"description": "Miscellaneous engineering services"
}
],
"deliveryAddresses": [
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Southern England"
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UKJ"
}
],
"deliveryLocation": {
"description": "Southern England"
},
"relatedLot": "4"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "http://www.in-tend.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Applicants will be required to complete a Pre-Qualification Questionnaire (PQQ) consistent with the provisions of Regulation 58 of the Public Contracts Regulations 2015 (as amended). The minimum requirements that Applicants are required to meet are set out in the PQQ. The PQQ is available from the address at I.1 and must be returned to that address by the date stipulated in IV.2.2.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "The Term Appointment forming part of the Procurement Documents sets out the conditions relating to performance including minimum performance standards to be met.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2021-11-29T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2021-11-29T12:00:00Z"
},
"bidOpening": {
"date": "2021-11-29T12:00:00Z"
},
"hasRecurrence": false,
"reviewDetails": "Precise information on deadline(s) for review procedures:In accordance with Regulations 92 to 104 of the Public Contracts Regulations 2015 (as amended), the Authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with information in the \"Award Decision Notice\" at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operators and the name of the economic operator to be awarded the contract. Tenderers have a right of appeal provided for within the Public Contracts Regulations 2015 (as amended). Any such proceedings must be brought in the High Court of England & Wales."
},
"parties": [
{
"id": "GB-FTS-32141",
"name": "Southern Housing Group",
"identifier": {
"legalName": "Southern Housing Group"
},
"address": {
"streetAddress": "59 -61 Clerkenwell Road",
"locality": "London",
"region": "UKJ",
"postalCode": "EC1M 5LA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Ryan Tanner",
"email": "Contracts@shgroup.org.uk",
"url": "http://www.in-tend.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.shgroup.org.uk",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "06",
"description": "Housing and community amenities"
}
]
}
},
{
"id": "GB-FTS-103",
"name": "Public Procurement Review Service",
"identifier": {
"legalName": "Public Procurement Review Service"
},
"address": {
"streetAddress": "Cabinet Office",
"locality": "London",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 3450103503",
"email": "publicprocurementreview@cabinetoffice.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit"
}
},
{
"id": "GB-FTS-3081",
"name": "Centre for Effective Dispute Resolution",
"identifier": {
"legalName": "Centre for Effective Dispute Resolution"
},
"address": {
"streetAddress": "70 Fleet Street",
"locality": "London",
"postalCode": "EC4Y 1EU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 207536600",
"email": "info@cedr.com"
},
"roles": [
"mediationBody"
]
},
{
"id": "GB-FTS-137",
"name": "Cabinet Office",
"identifier": {
"legalName": "Cabinet Office"
},
"address": {
"streetAddress": "70 Whitehall",
"locality": "London",
"postalCode": "SW1A 2AS",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2072761234"
},
"roles": [
"reviewContactPoint"
],
"details": {
"url": "http://www.cabinetoffice.gov.uk"
}
}
],
"buyer": {
"id": "GB-FTS-32141",
"name": "Southern Housing Group"
},
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:395259-2020:TEXT:EN:HTML"
}
],
"language": "en"
}