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

Procurement Frameworks for RBKC Housing Management - Construction Professional Services

  • First published: 13 September 2023
  • Last modified: 13 September 2023
  • 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-03ae8f
Published by:
The Royal Borough of Kensington and Chelsea
Authority ID:
AA21978
Publication date:
13 September 2023
Deadline date:
06 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The framework agreement established under this lot will be used by RBKC to access and call-off a range of multi-disciplinary construction professional services, to support a variety of projects in Housing Management. Most of the services called off and delivered under the framework agreement for this lot will relate to major works programmes to RBKC housing stock. Works arising from the issue of a typical call-off package might include but are not limited to the following:

- planned or cyclical maintenance including repairs and decorations of external fabric and internal communal areas. The scopes might also include various works to M&E elements, as part of wider major works packages;

- Internal works to tenants homes e.g. Kitchen and bathrooms replacements; and

- upgrades to fabric and services to meet the RBKC Net Zero commitments are to form part of these works.

Suppliers appointed to this lot will usually be required to take the role of lead consultant managing overall service delivery, and other consultants as part of a wider project team.

Typical services delivered under this lot might include, but are not limited to:

Lead consultancy role

Project and Programme Management

Building surveying

Contract Administration/ Employers Agent

Quantity Surveying/Cost consultancy

Feasibility studies, options appraisals, site investigations, technical reports

Architectural and design services

Environmental and Sustainability consultancy

Building services (M&E) consultancy, including lifts

Civil and structural engineering

Principal Designer/CDM coordination

Landscaping design

Acoustic consultancy

Façade engineer

BIM consultancy (BIM Coordinator/Manager)

Building safety compliance (e.g. Asbestos, Fire Safety)

planned or cyclical maintenance including repairs and decorations of external fabric and internal communal areas. The scopes might also include various works to M&E elements, as part of wider major works packages

Internal works to tenants homes e.g. Kitchen and bathrooms replacements

upgrades to fabric and services to meet the RBKC Net Zero commitments are to form part of these works

This lot will usually take the role of lead consultant managing overall service delivery, and other consultants as part of a wider project team.

Typical services delivered under this lot might include but are not limited to:

Lead consultancy role

Project and Programme Management

Building surveying

Contract Administration/ Employers Agent

Quantity Surveying/Cost consultancy

Feasibility studies, options appraisals, site investigations, technical reports

Architectural and design services

Environmental and Sustainability consultancy

Building services (M&E) consultancy, including lifts

Civil and structural engineering

Principal Designer/CDM coordination

Landscaping design

Acoustic consultancy

Façade engineer

BIM consultancy (BIM Coordinator/Manager)

Building safety compliance (e.g. Asbestos, Fire Safety)

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Royal Borough of Kensington and Chelsea

Town Hall, Hornton Street

London

W8 7NX

UK

Telephone: +44 800137111

E-mail: TAprocurement@rbkc.gov.uk

NUTS: UKI

Internet address(es)

Main address: http://www.capitalesourcing.com/

I.3) Communication

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

http://www.capitalesourcing.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://www.capitalesourcing.com/


Tenders or requests to participate must be sent to the abovementioned address


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 Frameworks for RBKC Housing Management - Construction Professional Services

II.1.2) Main CPV code

71315200

 

II.1.3) Type of contract

Services

II.1.4) Short description

To access this tender you must register with the Capital e-sourcing Portal at

www.capitalesourcing.com.

Use the following code to access the tender: ITT_RBKC_17469

As a landlord RBKC is responsible for the repair, maintenance and good management of its buildings and housing stock RBKC is proposing to establish framework agreements for the provision of professional services that will enable it to meet these obligations.

From time-to-time work is required to RBKC’s buildings and estates, due to ordinary wear and tear, the finite lifespan of the relevant parts, for compliance with the most up to date standards and regulations, and to otherwise ensure that its housing stock is safe, well managed, in good condition, and meets the needs of residents. To facilitate this work, professional and specialist advice is required to support the internal delivery teams.

The proposed framework agreements are intended to ensure that when, during the coming years, RBKC finds that it is necessary to carry out works to a particular building or estate, arrangements will be in place to call-off and deliver the professional services that will support the safe, timely and cost-effective delivery of works.

RBKC intends that the use of these framework agreements will produce economies of scale and administrative efficiencies, that will enable it to achieve greater value for money for the Council, and for its leaseholders. To that end, RBKC has divided the procurement into multiple lots so as to mitigate risk, foster competition in the market by promoting tender participation from small and medium size enterprises, and avoid single-supplier dependency.

Prospective tenderers should note that they are only be able to submit a tender for either: Lot 1 only; or any combination of any of the other Lots, excluding Lot 1.

II.1.5) Estimated total value

Value excluding VAT: 85 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Tenderers may bid for any combination of Lots excluding any combination that includes BOTH Lot 1 (Multi-Disciplinary) AND Lot 6 (Principal Designer & CDM).

II.2) Description

Lot No: 4A

II.2.1) Title

Fire Safety Consultancy - Fire Engineer

II.2.2) Additional CPV code(s)

71317100

II.2.3) Place of performance

NUTS code:

UKI

UKI33

II.2.4) Description of the procurement

Fire Safety - Consultancy / Fire Engineer

The framework agreement established under this lot will be used by RBKC to access and call-off specialist expertise in relation to the fire safety aspects of works to RBKC Housing property portfolio, to ensure the safety and regulatory compliance of the buildings.

The projects for which this framework agreement may be used might include design, specification development of the fire safety projects such as suppression systems fire alarms, detection systems, ventilation, means of escape, compartmentation strategies.

The services required to be delivered under this lot include:

FRAEW (PAS 9980)

Fire Compartmentation survey, Fire stopping inspections

Fire Strategy/Design development and review

Fire safety technical advice and guidance

Feasibility studies

Building safety case development/building safety act advice

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: 3 500 000.00  GBP

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

Duration in months: 72

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: Yes

Description of options:

The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.

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

A maximum number of three (3) suppliers will be appointed –to the framework agreement for this lot.

Lot No: 4B

II.2.1) Title

Fire Safety Consultancy - Fire Risk Assessments

II.2.2) Additional CPV code(s)

71317100

II.2.3) Place of performance

NUTS code:

UKI

UKI33

II.2.4) Description of the procurement

The framework agreement established under this Lot will be used by RBKC to access and call-off the provision of competent and compliant fire risk assessments across RBKC’s property portfolio as per the RBKC Fire Risk Assessment (FRA) Process.

The services required under this lot include

FRAs Type 1, 2, 3 ,4

FRA reviews, auditing/appraisal

Methodology as detailed in PAS 79-2 for residential buildings, and PAS 79-1

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: 2 000 000.00  GBP

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

Duration in months: 72

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: Yes

Description of options:

The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details

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

A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot.

Lot No: 4C

II.2.1) Title

Fire Safety Consultancy - Fire Door Inspections

II.2.2) Additional CPV code(s)

71317100

71631300

II.2.3) Place of performance

NUTS code:

UKI

UKI33

II.2.4) Description of the procurement

The framework agreement established under this lot will used by RBKC to access and call-off services relating to regulatory fire door inspections requirements as outlined in regulation 10 of the Fire Safety (England) Regulations 2022

The services required under this lot include:

Undertaking annual checks of flat entrance doors

Quarterly checks of all communal fire doors

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: 1 500 000.00  GBP

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

Duration in months: 72

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: Yes

Description of options:

The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details

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

A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot

Lot No: 4D

II.2.1) Title

Fire Safety Consultancy - Waking Watch

II.2.2) Additional CPV code(s)

71317200

79710000

II.2.3) Place of performance

NUTS code:

UKI

UKI33

II.2.4) Description of the procurement

The framework agreement established under this lot will used by RBKC to access and call-off Waking Watch services that might be required as a protective measure for residential buildings to ensure the safety and welfare of residents. Typically, these services will be located in blocks where cladding or faulty fire alarm systems may be of concern and prior to its remediation.

The waking watch services will include:

Pro-activeness and vigilance to notice any changes which may compromise safety at their respective sites

Responsive presence to fire safety issues and hazards- continuous monitoring and control, and reporting to Client

Fire identification and alerting residents.

evacuation management

Fire service liaison

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: 1 000 000.00  GBP

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

Duration in months: 72

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: Yes

Description of options:

The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.

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

A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot.

Lot No: 1

II.2.1) Title

Multi-disciplinary Consultancy

II.2.2) Additional CPV code(s)

71220000

71310000

71312000

71315200

71315300

71324000

71334000

71541000

79994000

II.2.3) Place of performance

NUTS code:

UKI

UKI33

II.2.4) Description of the procurement

The framework agreement established under this lot will be used by RBKC to access and call-off a range of multi-disciplinary construction professional services, to support a variety of projects in Housing Management. Most of the services called off and delivered under the framework agreement for this lot will relate to major works programmes to RBKC housing stock. Works arising from the issue of a typical call-off package might include but are not limited to the following:

- planned or cyclical maintenance including repairs and decorations of external fabric and internal communal areas. The scopes might also include various works to M&E elements, as part of wider major works packages;

- Internal works to tenants homes e.g. Kitchen and bathrooms replacements; and

- upgrades to fabric and services to meet the RBKC Net Zero commitments are to form part of these works.

Suppliers appointed to this lot will usually be required to take the role of lead consultant managing overall service delivery, and other consultants as part of a wider project team.

Typical services delivered under this lot might include, but are not limited to:

Lead consultancy role

Project and Programme Management

Building surveying

Contract Administration/ Employers Agent

Quantity Surveying/Cost consultancy

Feasibility studies, options appraisals, site investigations, technical reports

Architectural and design services

Environmental and Sustainability consultancy

Building services (M&E) consultancy, including lifts

Civil and structural engineering

Principal Designer/CDM coordination

Landscaping design

Acoustic consultancy

Façade engineer

BIM consultancy (BIM Coordinator/Manager)

Building safety compliance (e.g. Asbestos, Fire Safety)

planned or cyclical maintenance including repairs and decorations of external fabric and internal communal areas. The scopes might also include various works to M&E elements, as part of wider major works packages

Internal works to tenants homes e.g. Kitchen and bathrooms replacements

upgrades to fabric and services to meet the RBKC Net Zero commitments are to form part of these works

This lot will usually take the role of lead consultant managing overall service delivery, and other consultants as part of a wider project team.

Typical services delivered under this lot might include but are not limited to:

Lead consultancy role

Project and Programme Management

Building surveying

Contract Administration/ Employers Agent

Quantity Surveying/Cost consultancy

Feasibility studies, options appraisals, site investigations, technical reports

Architectural and design services

Environmental and Sustainability consultancy

Building services (M&E) consultancy, including lifts

Civil and structural engineering

Principal Designer/CDM coordination

Landscaping design

Acoustic consultancy

Façade engineer

BIM consultancy (BIM Coordinator/Manager)

Building safety compliance (e.g. Asbestos, Fire Safety)

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: 40 000 000.00  GBP

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

Duration in months: 72

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: Yes

Description of options:

The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.

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

A maximum number of five (5) suppliers will be appointed to the framework agreement for this Lot.

Lot No: 2

II.2.1) Title

Building Services Engineer (M&E Consultancy)

II.2.2) Additional CPV code(s)

71334000

II.2.3) Place of performance

NUTS code:

UKI

UKI33

II.2.4) Description of the procurement

The framework agreement established for this lot will be used by RBKC to access and call-off a range of Mechanical and Electrical Design Services on projects that typically involve:

- replacement or repair of any mechanical and electrical assets including but not limited to: heating systems, door entry systems, lifts, ventilation systems, gas and electrical supply and distribution, security and alarms, communications networks, pumps, tanks, fire detection and protection and lighting; and

- other works that must be completed on a regular basis e.g., servicing and testing requirements set out in law or maintenance terms where specialist input will be required.

The services required to be delivered under this lot will include

Technical advice

Specialist surveys

Feasibility studies

Specialist design

Technical specifications

Cost consultancy

Contract management

Project management

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: 20 000 000.00  GBP

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

Duration in months: 72

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: Yes

Description of options:

The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.

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

A maximum number of four (4) suppliers to be appointed to the framework agreement for this Lot.

Lot No: 3

II.2.1) Title

Structural Engineers

II.2.2) Additional CPV code(s)

71312000

II.2.3) Place of performance

NUTS code:

UKI

UKI33

II.2.4) Description of the procurement

The framework agreement established under this lot will be used by RBKC to access and call-off services where any planned works may involve the expertise to investigate the structural elements to ensure structural integrity and building safety is maintained in line with current legislation.

Typical projects where the framework agreement under this lot may be required could include:

Structural remedial works e.g. adding wind posts to walkway parapets, remedial works following the subsidence and introduction of new movement joints to large areas of existing brickwork.

The services required to be delivered under this lot include:

Structural integrity tests, analysis, advice

Structural design and remedial specifications

Feasibility reports

Calculating the loads and stresses of the construction

Site surveys and investigations

Provide reasons for and solutions to cracking, other structural issues

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: 2 500 000.00  GBP

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

Duration in months: 72

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: Yes

Description of options:

The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.

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

A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot.

Lot No: 5

II.2.1) Title

PAS 2035 Retrofit Services

II.2.2) Additional CPV code(s)

71000000

71230000

71314000

II.2.3) Place of performance

NUTS code:

UKI

UKI33

II.2.4) Description of the procurement

The framework agreement under this lot used by RBKC to access and call-off specialist services for retrofit projects where the PAS 2035 specification and guidance compliance is mandatory (e.g. SHDF Funding).

The services required under this lot include:

Retrofit Advisor

Retrofit Coordinator

Retrofit Assessor

Retrofit Evaluator

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: 3 000 000.00  GBP

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

Duration in months: 72

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: Yes

Description of options:

The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.

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

A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot.

Lot No: 6

II.2.1) Title

Principal Designer & CDM

II.2.2) Additional CPV code(s)

71317210

79415200

II.2.3) Place of performance

NUTS code:

UKI

UKI33

II.2.4) Description of the procurement

The framework agreement established under this lot will be used by RBKC to access and call-off services required by a Principal Designer as defined within the Construction (Design and Management) Regulations 2015. This lot has been included to ensure we can maintain a separation of duties throughout the life of a project.

The services required to be delivered under this lot include:

Collation of all existing health and safety information for the project, including but not limited to fire risk assessments, environmental impact assessments, asbestos surveys and registers, risk registers and health and safety file.

Assisting the client in developing the pre-construction information, for the project lead, lead designer, this may be in full or partial. Attending site and carrying out random health and safety inspections.

Reviewing health and safety documentation, ensuring it is site tailored and for use.

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: 5 000 000.00  GBP

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

Duration in months: 72

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: Yes

Description of options:

The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.

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

A maximum number of four (4) suppliers will be appointed to the framework agreement for this Lot.

Lot No: 7

II.2.1) Title

Clerk of Works

II.2.2) Additional CPV code(s)

71000000

II.2.3) Place of performance

NUTS code:

UKI

UKI33

II.2.4) Description of the procurement

The framework agreement established under this lot will be used by RBKC to access and call-off services relating to the monitoring of works for compliance with approved drawings and specification, ensuring they are constructed in accordance with the relevant regulations and achieve agreed quality of works.

The services required under this lot include:

Monitoring and reporting progress against the programme.

Assessing whether the works on site comply with legal requirements such as health and safety legislation.

Assessing whether the works on site are being carried out in accordance with the contract documents.

Monitoring site conditions to ensure that work is undertaken in accordance with manufacturers recommendations.

Identifying defects and suggesting ways to correct them liaising with other construction staff, such as contractors, engineers and surveyors monitoring.

Providing sign-off for work and key stages during construction and handover.

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: 2 000 000.00  GBP

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

Duration in months: 72

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: Yes

Description of options:

The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.

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

A maximum number of four (4) suppliers will be appointed to the framework agreement for this Lot.

Lot No: 8

II.2.1) Title

Asbestos Consultancy

II.2.2) Additional CPV code(s)

71315100

71315200

90650000

II.2.3) Place of performance

NUTS code:

UKI

UKI33

II.2.4) Description of the procurement

The framework agreement established under this lot will be used by RBKC to access and call-off services where specific advice, project management, guidance and technical services are required in relation to asbestos management of RBKC Housing property portfolio.

The services required under this lot include:

Asbestos Management surveys

Refurbishment and Demolition Surveys

Re-inspection Surveys based on the existing Management Survey.

Sample Analysis.

Air Monitoring and Clearance Testing.

Production of Asbestos Management Plans

General advice regarding asbestos e.g. Maintenance, management, removal strategies and methodologies.

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: 2 000 000.00  GBP

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

Duration in months: 72

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: Yes

Description of options:

The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.

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

A maximum number of three (3) suppliers will be appointed to this Lot.

Lot No: 9

II.2.1) Title

Strategic Estates Management Consultancy

II.2.2) Additional CPV code(s)

70331000

70332200

II.2.3) Place of performance

NUTS code:

UKI

UKI33

II.2.4) Description of the procurement

The framework agreement established under this lot will be used by RBKC to access and call-off a range of services relating to Strategic Estate Management matters, including the use, management, acquisition, disposal and development of land and property in order to efficiently manage the stock and identify savings and opportunities to generate income from land and buildings.

The services required under this lot include:

Asset Valuation

Option Appraisals

Acquisitions

Disposals

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: 2 500 000.00  GBP

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

Duration in months: 72

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: Yes

Description of options:

The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.

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

A maximum number of three (3) suppliers will be appointed to this Lot.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

III.2.2) Contract performance conditions

Please see tender documents.

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: 41

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-006521

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 06/11/2023

Local time: 17:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 01/10/2024

IV.2.7) Conditions for opening of tenders

Date: 06/11/2023

Local time: 17:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

To access this tender you must register with the Capital e-sourcing Portal at

www.capitalesourcing.com.

Use the following code to access the tender: ITT_RBKC_17469

The contracts entered into as a result of this contract notice shall be subject to English law and the exclusive jurisdiction of the English Courts.

The framework agreements entered into as a result of this contract notice shall be subject to English law and the exclusive jurisdiction of the English Courts.

RBKC reserves the right not to enter into any framework agreement or award any contract as a result of this contract notice and to vary or change or not to proceed with this competition at any stage of the procurement process.

RBKC shall not be responsible for any costs incurred by any potential bidder responding to this contract notice.

Please refer to the procurement documentation for important notices in respect of commercially sensitive information and the application of the Freedom of Information Act 2000.

RBKC reserves the right to require potential bidders to enter into a parent company guarantee and/or performance bond.

VI.4) Procedures for review

VI.4.1) Review body

RBKC

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures:

In accordance with Regulations 86 (Notices of decisions to award a contract or conclude a framework agreement), Regulation 87 (standstill period) and Regulation 91 (Enforcement of duties through the court) of the Public Contracts Regulations 2015.

VI.5) Date of dispatch of this notice

12/09/2023

Coding

Commodity categories

ID Title Parent category
71220000 Architectural design services Architectural and related services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
71315200 Building consultancy services Building services
71315300 Building surveying services Building services
71315100 Building-fabric consultancy services Building services
70332200 Commercial property management services Non-residential property services
71541000 Construction project management services Construction management services
71310000 Consultative engineering and construction services Engineering services
79994000 Contract administration services Miscellaneous business-related services
79415200 Design consultancy services Production management consultancy services
71314000 Energy and related services Consultative engineering and construction services
71317100 Fire and explosion protection and control consultancy services Hazard protection and control consultancy services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71317200 Health and safety services Hazard protection and control consultancy services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71230000 Organisation of architectural design contests Architectural and related services
71324000 Quantity surveying services Engineering design services
70331000 Residential property services Property management services of real estate on a fee or contract basis
79710000 Security services Investigation and security services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71631300 Technical building-inspection services Technical inspection 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:
TAprocurement@rbkc.gov.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.