Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Royal Borough of Kensington & Chelsea
PPRX-1592-MXGN
2nd Floor, Kensington Town Hall, Hornton Street, London
London
W8 7NX
UK
Contact person: Social Investment and Property
Telephone: +44 7890604826
E-mail: sipprocurementquotations@rbkc.gov.uk
NUTS: UKI
Internet address(es)
Main address: www.rbkc.gov.uk/business-and-enterprise/business-opportunities-and-procurement/procurement-borough
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Procurement of Fire Risk Assessment services via Southeast Consortium Framework (SEC) Lot 5 of the Compliance Consultancy.
II.1.2) Main CPV code
71317210
II.1.3) Type of contract
Services
II.1.4) Short 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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
420 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
LONDON
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Price
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition
Justification for selected award procedure:
The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons
Explanation
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.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
18/09/2025
V.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
TEAM SAFETY SERVICES LIMITED
07069072
Suites 1 & 2 Jarman House, England
Redbourn
AL3 7LN
UK
Telephone: +44 7847395491
E-mail: mick@teamsafetyservices.com
NUTS: UKI
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 420 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=981638578 GO Reference: GO-2025919-PRO-32417165
VI.4) Procedures for review
VI.4.1) Review body
Royal Borough of Kensington and Chelsea
Hornton Street, Hornton Street, London
London
W8 7NX
UK
Telephone: +44 7890604826
E-mail: sipprocurementquotations@rbkc.gov.uk
VI.4.2) Body responsible for mediation procedures
Royal Borough of Kensington and Chelsea
2nd Floor, Kensington Town Hall, Hornton Street, London
London
W8 7NX
UK
Telephone: +44 7890604826
E-mail: macy.rogtao@rbkc.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
Royal Borough of Kensington & Chelsea
2nd Floor, Kensington Town Hall, Hornton Street, London
London
W8 7NX
UK
Telephone: +44 7890604826
E-mail: macy.rogtao@rbkc.gov.uk
VI.5) Date of dispatch of this notice
19/09/2025