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

SEC Compliance Consultancy Framework

  • First published: 11 January 2024
  • Last modified: 11 January 2024

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)

Contents

Summary

OCID:
ocds-h6vhtk-042b9c
Published by:
South East Consortium
Authority ID:
AA0102
Publication date:
11 January 2024
Deadline date:
04 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Desktop gap analysis, reviews, reports, safety management, training and assessments.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

South East Consortium

Building 800, Guillat Avenue, Kent Science Park

Sittingbourne

ME9 8GU

UK

Contact person: Miss Megan Croucher

Telephone: +44 2080360004

E-mail: megan.croucher@southeastconsortium.org.uk

NUTS: UK

Internet address(es)

Main address: https://www.southeastconsortium.org.uk

Address of the buyer profile: https://www.southeastconsortium.org.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Advert/Index?advertId=c35db72a-d8ae-ee11-8127-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=c35db72a-d8ae-ee11-8127-005056b64545


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

SEC Compliance Consultancy Framework

Reference number: DN706081

II.1.2) Main CPV code

71600000

 

II.1.3) Type of contract

Services

II.1.4) Short description

We’re tendering a framework for Compliancy Consultancy. The framework will run for 2 years (+ 2-year optional extension) subject to review, to a maximum of 4 years. The Compliance Consultancy has been broken down into the following lots:

Lot 1 – Building Safety

Lot 2 – Audit

Lot 3 – Water Hygiene Risk Assessments

Lot 4 – Asbestos Inspections and Testing

Lot 5 – Fire Consultancy

Lot 6 – Heating Consultancy

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

Lot 1 - Building Safety

II.2.2) Additional CPV code(s)

71315200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Desktop gap analysis, reviews, reports, safety management, training and assessments.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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

All rates are to be inclusive of SEC Levy (2 %), overheads profit and prelims but exclusive of VAT. Please refer to the supporting document for further details.

Lot No: 2

II.2.1) Title

Lot 2 - Audit

II.2.2) Additional CPV code(s)

79212200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Desktop audits, quality assurance and compliance consultancy services

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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

All rates are to be inclusive of SEC Levy (2 %), overheads profit and prelims but exclusive of VAT. Please refer to the supporting document for further details.

Lot No: 3

II.2.1) Title

Lot 3 - Water Hygiene Risk Assessments

II.2.2) Additional CPV code(s)

24962000

44611500

45232430

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Periodic servicing and inspections, monitoring, risk assessments and/or review, temperature tests and disinfections, routine maintenance.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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

All rates are to be inclusive of SEC Levy (2 %), overheads profit and prelims but exclusive of VAT. Please refer to the supporting document for further details.

Lot No: 4

II.2.1) Title

Lot 4 - Asbestos Inspections and Testing

II.2.2) Additional CPV code(s)

71600000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Inspections, surveys, testing, analysis, training, and consultancy.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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

All rates are to be inclusive of SEC Levy (2 %), overheads profit and prelims but exclusive of VAT. Please refer to the supporting document for further details.

Lot No: 5

II.2.1) Title

Lot 5 - Fire Consultancy

II.2.2) Additional CPV code(s)

71317100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Compartmentation surveys, fire risk assessments, fire door inspections and asset tagging.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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

All rates are to be inclusive of SEC Levy (2 %), overheads profit and prelims but exclusive of VAT. Please refer to the supporting document for further details.

Lot No: 6

II.2.1) Title

Lot 6 - Heating Consultancy

II.2.2) Additional CPV code(s)

50721000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Service management, safety certificate validation which includes servicing, inspection and installation certificates. Post service site audits, fumes investigations, condition surveys, energy performance certificates and training.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

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

All rates are to be inclusive of SEC Levy (2 %), overheads profit and prelims but exclusive of VAT. Please refer to the supporting document for further details.

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:

Please refer to the Standard Questionnaire for details of the accreditations required.

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 several operators.

Envisaged maximum number of participants to the framework agreement: 48

Justification for any framework agreement duration exceeding 4 years:

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: 04/03/2024

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: 04/03/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

SEC Frameworks may be accessed by all publicly funded organisations — access is not limited to SEC Members alone.

South East Consortium Frameworks can be used by any organisation that fall in to one or more of the

categories listed in the following link:

https://southeastconsortium.org.uk/our-frameworks/faqs/who-can-use-our-frameworks/

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

London

UK

VI.5) Date of dispatch of this notice

09/01/2024

Coding

Commodity categories

ID Title Parent category
71315200 Building consultancy services Building services
50721000 Commissioning of heating installations Repair and maintenance services of central heating
71317100 Fire and explosion protection and control consultancy services Hazard protection and control consultancy services
79212200 Internal audit services Auditing services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
44611500 Water tanks Tanks
24962000 Water-treatment chemicals Various chemical products
45232430 Water-treatment work Ancillary works for pipelines and cables

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:
megan.croucher@southeastconsortium.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.