Contract

RBGKEW1057 ICW Quantity Surveyors Framework

  • Board of Trustees of the Royal Botanic Gardens Kew

F03: Contract award notice

Notice identifier: 2023/S 000-000306

Procurement identifier (OCID): ocds-h6vhtk-0329c8

Published 5 January 2023, 4:45pm



Section one: Contracting authority

one.1) Name and addresses

Board of Trustees of the Royal Botanic Gardens Kew

Kew Green

RICHMOND

TW93AB

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

RBGKEW1057 ICW Quantity Surveyors Framework

Reference number

RBGKEW1057

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Consultant Framework (Quantity Surveyor)

At

Royal Botanic Gardens Kew

RBGKEW1057

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

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 RBG 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 RBG 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)

  • 71324000 - Quantity surveying 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.

Quantity Surveying Services are now required to help develop, design and deliver projects within the programme.

two.2.5) Award criteria

Quality criterion - Name: QS Conservation Experience / Weighting: 20

Quality criterion - Name: QS General Experience / Weighting: 15

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

Quality criterion - Name: Added Value / Weighting: 10

Quality criterion - Name: Principal Designer Experience / Weighting: 10

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 000-009005


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

13 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

FIRMINGERS LLP

Worcester

Country

United Kingdom

NUTS code
  • UKG - West Midlands (England)
Companies House

OC339905

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

Huntley Cartwright

Caterham

Country

United Kingdom

NUTS code
  • UKJ - South East (England)
Justification for not providing organisation identifier

Partnership

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

ARTELIA PROJECTS UK LIMITED

London

Country

United Kingdom

NUTS code
  • UKI - London
Companies House

03913368

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