Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

High Risk Residential Buildings Framework (HRRB)

  • First published: 19 July 2024
  • Last modified: 19 July 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-047e51
Published by:
The Riverside Group
Authority ID:
AA24832
Publication date:
19 July 2024
Deadline date:
16 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71318000 Advisory and consultative engineering services Consultative engineering and construction services
71315200 Building consultancy services Building services
71315210 Building services consultancy services Building services
71315100 Building-fabric consultancy services Building services
71530000 Construction consultancy services Construction-related services
71310000 Consultative engineering and construction services Engineering services
71300000 Engineering services Architectural, construction, engineering and inspection services
71317100 Fire and explosion protection and control consultancy services Hazard protection and control consultancy services
75251110 Fire-prevention services Fire-brigade services
71317000 Hazard protection and control consultancy services Consultative engineering and construction services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71621000 Technical analysis or consultancy services Analysis services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
iain.taylor@riverside.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.