Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Riverside Group
2 Estuary Boulevard, Estuary Commerce Park
Speke, Liverpool
L24 8RF
UK
Contact person: Iain Taylor
Telephone: +44 70385117067
E-mail: iain.taylor@riverside.org.uk
NUTS: UK
Internet address(es)
Main address: www.riverside.org
Address of the buyer profile: https://in-tendhost.co.uk/theriversidegroup/aspx/Home
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/theriversidegroup/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
High Risk Residential Buildings Framework (HRRB)
Reference number: TRG/0066
II.1.2) Main CPV code
75251110
II.1.3) Type of contract
Services
II.1.4) Short description
Riverside Group (Riverside) wishes to appoint a framework of consultants who will have the experience and capability to deliver Fire consultancy services to High Risk Residential Buildings (HRRB) across the whole of England as expressed within these tender documents. This will allow Riverside to meet its compliance responsibilities in accordance with fire safety. The specification outlines the requirement for all services required under the framework. The framework will include the below workstreams: Lot /Approx Budget pa 1) Measured surveys £52k 2) Fire Engineer £500k 3) Structural Surveys £200k 4) Remedial Logging £TBC 5) FRA £200k All works will be required on a National basis however 90% of TRGs HRRBs are in London. TRGs high rise blocks are located across the below regions: Liverpool 4 Manchester 2 London 90 Ramsgate 1 Birmingham 1 Leicester 1 Workington 1 We will appoint the top scoring 3 suppliers per lot to the framework.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Measured Surveys
II.2.2) Additional CPV code(s)
71310000
71317000
71315100
71621000
71312000
71318000
71317100
71315200
71530000
71317210
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
II.2.4) Description of the procurement
To deliver the service to conduct measured surveys for 13 high rise/high risk buildings across the groups stock.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.6) Estimated value
Value excluding VAT:
200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 2
II.2.1) Title
Fire Engineer
II.2.2) Additional CPV code(s)
71310000
71315100
71312000
71317100
71315200
71315210
71300000
71530000
71621000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
II.2.4) Description of the procurement
TRG/OHG require a chartered fire engineer for fire safety and structural safety for solutions in occupied and new build. A chartered fire engineer provides a level of reassurance/competence to the design process to ensure fire safety during construction and occupation stage and resident safety.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 3
II.2.1) Title
Structural Surveys
II.2.2) Additional CPV code(s)
71310000
71312000
71318000
71317100
71315200
71315210
71621000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
II.2.4) Description of the procurement
TRG/OHG require a structural engineer to assess the structural stability of our stock (mainly Highrise) to understand the design type and assess to see if there are any structural failures.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 4
II.2.1) Title
Remedial Evidence Logging
II.2.2) Additional CPV code(s)
71310000
71317000
71315100
71312000
71317100
71315200
71315210
71530000
71621000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
II.2.4) Description of the procurement
As part of TRG’s HRRB (High Risk Residential Buildings) framework we have a lot requirement for Remedial evidence, Visual Project Documentation Services and 3D laser scanning. TRG/OHGs high rise blocks are located across the below regions: Liverpool Manchester London Ramsgate Birmingham Leicester Workington The service is intended to be used mainly in-occupied buildings in London and surroundings. The service might also be used on several mid-rise blocks in London and surroundings, where cladding remediation works are required. There may be a requirement for these services on lower-level blocks/buildings.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 5
II.2.1) Title
FRA
II.2.2) Additional CPV code(s)
71317100
71315100
71621000
71312000
71318000
71315200
71315210
71310000
71530000
71317210
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
II.2.4) Description of the procurement
As part of TRG’s HRRB (High Risk Residential Buildings) framework we have a lot requirement for Fire Risk Assessment It is TRGs intention to issue all 100x 18metre+ blocks via the framework for 3rd party Fire Risk Assessments annually. TRGs high rise blocks are located across the below regions: Liverpool 4 Manchester 2 London 90 Ramsgate 1 Birmingham 1 Leicester 1 Workington 1
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Cost criterion: Price
/ Weighting: 30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As per Tender Documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
Justification for any framework agreement duration exceeding 4 years: Not Applicable
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/08/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
16/08/2024
Local time: 12:00
Place:
Online
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Royal Court of Justice
London
UK
VI.4.2) Body responsible for mediation procedures
Royall Court of Justice
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Applicable
VI.5) Date of dispatch of this notice
18/07/2024