Notice Information
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.
Notice Details
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
Buyer & Supplier
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
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-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"
}