Section one: Contracting authority
one.1) Name and addresses
Board of Trustees of the Royal Botanic Gardens Kew
Kew Green
RICHMOND
TW93AB
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
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
RBGKEW1056 ICW Building Services Engineer (M&E) Framework
Reference number
RBGKEW1056
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Board of Trustees of the Royal Botanic Gardens ("RBGKEW") wishes to establish a framework to undertake Building Services Engineer (M&E) 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)
- 71530000 - Construction consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
Though considerable improvements have been made in the last few years, 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. Example projects include (note these are example projects and there is no guarantee they will be taken forward):
Conservation of the Ruined Arch.
Refurbishment and Conservation of the Orangery.
Rationalisation of the Brentford Gate Car Park and Improvement of Visitor Arrival.
Design and Implementation of a Sustainable Irrigation System.
Conservation of the Minka House and Japanese Gateway.
Refurbishment and Development of Residential Properties.
Various Re-roofing projects across the Estates.
Building Services Engineering (M&E) support is now required to help develop, design and deliver projects within the programme.
two.2.5) Award criteria
Quality criterion - Name: Conservation Experience / Weighting: 20
Quality criterion - Name: Project/refurbishment Experience / Weighting: 10
Quality criterion - Name: Qualification & Experience of Team / Weighting: 15
Quality criterion - Name: Decarbonisation / Weighting: 10
Quality criterion - Name: Added Value / 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 000-008996
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
7 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 Thomas Associates Ltd
Romsey
Country
United Kingdom
NUTS code
- UKK - South West (England)
Companies House
04397912
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
7 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
Hoare Lea LLP
Bristol
Country
United Kingdom
NUTS code
- UKK - South West (England)
Companies House
OC407254
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
7 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
Stantec UK Limited
London
Country
United Kingdom
NUTS code
- UKI - London
Companies House
01188070
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 six. Complementary information
six.4) Procedures for review
six.4.1) Review body
To be confirmed
London
Country
United Kingdom