Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 2
Status Active
Published 3rd Feb 2025
Reference | ocds-h6vhtk-04dae5 |
Common Procurement Vocabulary | Environmental engineering consultancy services |
Procurement Method | Open procedure |
Value | - |
United Kingdom
Category Services
Type
No. of Lots 2
Status Active
Published 3rd Feb 2025
Reference | ocds-h6vhtk-04dae5 |
Common Procurement Vocabulary | Environmental engineering consultancy services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Flood Re Limited
75 King William Street
LONDON
EC4N 7BE
information [at] floodre.co.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Companies House
08670444
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procurementsolutions.esourcingportal.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procurementsolutions.esourcingportal.com
I.4) Type of the contracting authority
National or federal Agency/Office
I.5) Main activity
Economic and financial affairs
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
FloodRe - Flood Performance Certificates (FPCs)
II.1.2) Main CPV code
- 71313000 - Environmental engineering consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description
Flood Re seek to procure the expertise and services of a third party expert work to assist in the practical implementation of the FPC through the activity set out in these two projects, which is in line with the FPC Roadmap:
LOT 1 - To research and design data standardisation for the FPC through the creation of a standardised data template for collecting and documenting clearly defined household flood risk information.
LOT 2 - To research and assess the potential of FPCs to improve flood resilience within the planning system. This involves implementing a verification process to ensure recommended flood mitigations are executed and making these measures transparent to householders, insurers, and lenders
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Research and design data standardisation
Lot No
1
II.2.2) Additional CPV code(s)
- 71313000 - Environmental engineering consultancy services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
LOT 1 - To research and design data standardisation for the FPC through the creation of a standardised data template for collecting and documenting clearly defined household flood risk information.
II.2.5) Award criteria
Quality criterion - Name: Technical Solution / Weighting: 20
Quality criterion - Name: Project Management Approach / Weighting: 15
Quality criterion - Name: Documentation Quality / Weighting: 10
Quality criterion - Name: Resources / Weighting: 5
Quality criterion - Name: Industry expertise / Weighting: 10
Quality criterion - Name: Experience / Weighting: 10
Quality criterion - Name: Corporate / cultural fit / Weighting: 5
Quality criterion - Name: Environmental and Social Governance / Weighting: 5
Price - Weighting: 20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Research and assess the potential of FPCs
Lot No
2
II.2.2) Additional CPV code(s)
- 71313000 - Environmental engineering consultancy services
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
LOT 2 - To research and assess the potential of FPCs to improve flood resilience within the planning system. This involves implementing a verification process to ensure recommended flood mitigations are executed and making these measures transparent to householders, insurers, and lenders
II.2.5) Award criteria
Quality criterion - Name: Technical Solution / Weighting: 20
Quality criterion - Name: Project Management Approach / Weighting: 15
Quality criterion - Name: Documentation Quality / Weighting: 10
Quality criterion - Name: Resources / Weighting: 5
Quality criterion - Name: Industry expertise / Weighting: 10
Quality criterion - Name: Experience / Weighting: 10
Quality criterion - Name: Corporate / cultural fit / Weighting: 5
Quality criterion - Name: Environmental and Social Governance / Weighting: 5
Price - Weighting: 20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
9
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the 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
3 March 2025
Local time
11:59am
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
3 March 2025
Local time
12:00pm
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
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview [at] cabinetoffice.gov.uk
Country
United Kingdom