Contract

RBGKEW1055 - ICW Architects Consultancy Framework

  • Board of Trustees of the Royal Botanic Gardens Kew

F03: Contract award notice

Notice identifier: 2023/S 000-000185

Procurement identifier (OCID): ocds-h6vhtk-0329bc

Published 4 January 2023, 3:20pm



Section one: Contracting authority

one.1) Name and addresses

Board of Trustees of the Royal Botanic Gardens Kew

Kew Green

RICHMOND

TW93AB

Contact

Jamaludin Jimenez

Email

procurement@kew.org

Country

United Kingdom

Region code

UKI75 - Hounslow and Richmond upon Thames

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.kew.org

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

RBGKEW1055 - ICW Architects Consultancy Framework

Reference number

RBGKEW1055

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Consultant Framework (Architect)

At

Royal Botanic Gardens Kew

RBGKEW1055

The Board of Trustees of the Royal Botanic Gardens ("RBGKEW") wishes to establish a framework to undertake Architecture Consultancy support required to help develop, design and deliver projects within its programme of projects.

Background / Expected projects & Developments

Though considerable improvements have been made in the last few years, RBG Kew currently has a significant defect liability that requires action. The extent of the backlog and a method of identifying the most urgent works was drawn up in 2018 via the completion of a site-wide elemental condition survey and risk assessment. This piece of work of has been built-on and aligned with Kew's Sustainability and Energy Plans, which are targeting a carbon positive estate by 2030, to create a new five-year programme of work across the two estates.

This programme consists of infrastructure improvement, refurbishment, and conservation projects. Though not all the projects within the programme relate to listed or protected assets, conservation knowledge and design experience is required to ensure the projects are developed in a sensitive way, respectful of Kew's status as a world Heritage Site.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £1,000,000 / Highest offer: £4,000,000 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

Scope of Services for Conservation Architect

Kew is looking to appoint three separate conservation architects to the framework. The following section sets out the typical scope of services required. It should be noted that architects maybe called upon to perform the following services as part of a project. Therefore, Suppliers must be willing to accept these roles and must be able to demonstrate experience of delivering projects where they have acted as:

Lead Consultant;

Contract Administrator; and

Principal Designer.

3.1 General Scope of Service

The selected suppliers will deliver conservation architect services that will generally include but will not be limited to the following:

Design Work (both conservation and new design /refurbishment);

Condition Surveys and assessment

Defect diagnosis / building pathology services

Specifications and schedule of work

Inspection of works and assessment of quality

Development of maintenance schedules

Completion of feasibility studies

Procurement advice including the selection of contractors and materials

Planning & Listed Building consent advice

Preparation of Planning & listed building consent applications and reports/documents, such as Heritage Impact Assessments, Design & Access statements, etc.

Conservation Management Plans & historical building research (it is accepted this may require appointment of sub-son consultant)

Assistance with Funding Applications

two.2.5) Award criteria

Quality criterion - Name: Conservation Experience / Weighting: 20

Quality criterion - Name: Architectural Experience / Lead Consultant / Weighting: 15

Quality criterion - Name: Qualification & Experience of Team / Weighting: 15

Quality criterion - Name: Contract Administrator Experience / Weighting: 5

Quality criterion - Name: Principal Designer Experience / Weighting: 5

Cost criterion - Name: Lump Sum Assessment / Weighting: 40

two.2.11) Information about options

Options: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-008993


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2022

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ACANTHUS CLEWS ARCHITECTS LIMITED

Oxfordshire

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

02978854

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £1,000,000 / Highest offer: £2,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2022

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Martin Ashley Associates

Kingston Upon Thames,

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

OC380623

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,000,000

Lowest offer: £1,000,000 / Highest offer: £2,000,000 taken into consideration


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 June 2022

five.2.2) Information about tenders

Number of tenders received: 10

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Hugh Broughton Architects

LONDON

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

04961388

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £1,000,000

Lowest offer: £1,000,000 / Highest offer: £2,000,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

to be confirmed

London

Country

United Kingdom