Award

Procurement of Fire Risk Assessment services via Southeast Consortium Framework (SEC) Lot 5 of the Compliance Consultancy.

ROYAL BOROUGH OF KENSINGTON & CHELSEA

This public procurement record has 1 release in its history.

Award

20 Sep 2025 at 09:05

Summary of the contracting process

The Royal Borough of Kensington & Chelsea has successfully completed the procurement process for Fire Risk Assessment services under the Southeast Consortium Framework (SEC) Lot 5, aimed at compliance consultancy in the health and safety sector. Located in London, this contract is part of a limited procurement method where the award procedure was executed without prior publication of a call for competition. The selection led to a direct award to TEAM SAFETY SERVICES LIMITED, the first-ranked supplier in the framework. Signed on 18th September 2025, the active contract is valued at £420,000, with an initial duration of two years and an optional one-year extension, providing flexibility per the framework’s terms.

This tender offers substantial opportunities for businesses specialising in health and safety consultancy to demonstrate their expertise and potentially form strategic alliances with local governmental bodies like the Royal Borough of Kensington & Chelsea. Companies adept in delivering comprehensive fire risk assessments and navigating framework agreements are well-suited to compete in similarly structured procurements. Engaging with such contracts can enhance a company's visibility in the public sector and enable business growth through reputable partnerships. The straightforward award mechanism in this procurement diminishes the barrier of entry by obviating the need for competitive tendering processes, easing access for top-ranked suppliers.

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

Procurement of Fire Risk Assessment services via Southeast Consortium Framework (SEC) Lot 5 of the Compliance Consultancy.

Notice 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.

Lot Information

Lot 1

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.

Procurement Information

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-059e88
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/058294-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Award procedure without prior publication of a call for competition
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71317210 - Health and safety consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£420,000 £100K-£500K

Notice Dates

Publication Date
20 Sep 20255 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
17 Sep 20255 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
ROYAL BOROUGH OF KENSINGTON & CHELSEA
Contact Name
Social Investment and Property
Contact Email
sipprocurementquotations@rbkc.gov.uk
Contact Phone
+44 7890604826

Buyer Location

Locality
LONDON
Postcode
W8 7NX
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
Campden
Westminster Constituency
Kensington and Bayswater

Supplier Information

Number of Suppliers
1
Supplier Name

TEAM SAFETY SERVICES

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-h6vhtk-059e88-2025-09-20T10:05:04+01:00",
    "date": "2025-09-20T10:05:04+01:00",
    "ocid": "ocds-h6vhtk-059e88",
    "description": "To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=981638578 GO Reference: GO-2025919-PRO-32417165",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-059e88",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Procurement of Fire Risk Assessment services via Southeast Consortium Framework (SEC) Lot 5 of the Compliance Consultancy.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71317210",
            "description": "Health and safety consultancy services"
        },
        "mainProcurementCategory": "services",
        "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.",
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "deliveryLocation": {
                    "description": "LONDON"
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Award procedure without prior publication of a call for competition",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_TECHNICAL",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
            }
        ],
        "procurementMethodRationale": "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."
    },
    "awards": [
        {
            "id": "058294-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-161518",
                    "name": "TEAM SAFETY SERVICES LIMITED"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-161517",
            "name": "Royal Borough of Kensington & Chelsea",
            "identifier": {
                "legalName": "Royal Borough of Kensington & Chelsea",
                "id": "PPRX-1592-MXGN"
            },
            "address": {
                "streetAddress": "2nd Floor, Kensington Town Hall, Hornton Street, London",
                "locality": "London",
                "region": "UKI",
                "postalCode": "W8 7NX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Social Investment and Property",
                "telephone": "+44 7890604826",
                "email": "sipprocurementquotations@rbkc.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.rbkc.gov.uk/business-and-enterprise/business-opportunities-and-procurement/procurement-borough",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-161518",
            "name": "TEAM SAFETY SERVICES LIMITED",
            "identifier": {
                "legalName": "TEAM SAFETY SERVICES LIMITED",
                "id": "07069072"
            },
            "address": {
                "streetAddress": "Suites 1 & 2 Jarman House, England",
                "locality": "Redbourn",
                "region": "UKI",
                "postalCode": "AL3 7LN",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7847395491",
                "email": "mick@teamsafetyservices.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-161519",
            "name": "Royal Borough of Kensington and Chelsea",
            "identifier": {
                "legalName": "Royal Borough of Kensington and Chelsea"
            },
            "address": {
                "streetAddress": "Hornton Street, Hornton Street, London",
                "locality": "London",
                "postalCode": "W8 7NX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7890604826",
                "email": "sipprocurementquotations@rbkc.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-161520",
            "name": "Royal Borough of Kensington and Chelsea",
            "identifier": {
                "legalName": "Royal Borough of Kensington and Chelsea"
            },
            "address": {
                "streetAddress": "2nd Floor, Kensington Town Hall, Hornton Street, London",
                "locality": "London",
                "postalCode": "W8 7NX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7890604826",
                "email": "macy.rogtao@rbkc.gov.uk"
            },
            "roles": [
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-161521",
            "name": "Royal Borough of Kensington & Chelsea",
            "identifier": {
                "legalName": "Royal Borough of Kensington & Chelsea"
            },
            "address": {
                "streetAddress": "2nd Floor, Kensington Town Hall, Hornton Street, London",
                "locality": "London",
                "postalCode": "W8 7NX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7890604826",
                "email": "macy.rogtao@rbkc.gov.uk"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-161517",
        "name": "Royal Borough of Kensington & Chelsea"
    },
    "contracts": [
        {
            "id": "058294-2025-1",
            "awardID": "058294-2025-1",
            "status": "active",
            "value": {
                "amount": 420000,
                "currency": "GBP"
            },
            "dateSigned": "2025-09-18T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    },
    "language": "en"
}