Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kensington and Chelsea
Town Hall, 8 Hornton Street
London
W8 7NX
Contact
Malcolm de Vela
Telephone
+44 73613000
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
www.rbkc.gov.uk/business-and-enterprise/business-opportunities-and-procurement/procurement-borough
one.1) Name and addresses
LDSA (London District Surveyors' Association)
c/o Building Control - London Borough of Havering, Town Hall, Main Road
Romford
RM1 3BB
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.1) Name and addresses
Dartford Borough Council
Civic Centre, Home Gardens, Dartford
Kent
DA1 1DR
building.control@dartford.gov.uk
Country
United Kingdom
Region code
UKJ4 - Kent
Internet address(es)
Main address
one.1) Name and addresses
Spelthorne Borough Council
Knowle Green
Staines-upon-Thames
TW18 1XB
building.control@spelthorne.gov.uk
Country
United Kingdom
Region code
UKJ2 - Surrey, East and West Sussex
Internet address(es)
Main address
https://www.spelthorne.gov.uk/
one.2) Information about joint procurement
The contract involves joint procurement
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Emergency Dangerous Structures Framework
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Royal Borough of Kensington and Chelsea as lead authority on behalf of itself and the London Dangerous Structures Consortium (the ‘Consortium’) is appointing a supplier to its Emergency Dangerous Structures Framework. The members of the Consortium are listed below.
The Authority on behalf of the Consortium is awarding the Emergency Dangerous Structures Framework Agreement to provide rapid response (attendance within 2 hours), emergency shoring and remedial works to dangerous buildings and structures on a 24 hour a day, 365 days a year basis across the Consortium's geographical area encompassing all of London, plus Dartford and Spelthorne. Term of the framework agreement is 1 April 2025 to the 31 March 2029. The Contractor may also be asked to provide planned maintenance or planned works as and when required.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £50,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 44212310 - Scaffolding
- 44212315 - Equipment for scaffolding
- 44212317 - Scaffolding structures
- 45262100 - Scaffolding work
- 45262110 - Scaffolding dismantling work
- 45262120 - Scaffolding erection work
two.2.3) Place of performance
NUTS codes
- UKI - London
- UK - United Kingdom
Main site or place of performance
LONDON,UNITED KINGDOM
two.2.4) Description of the procurement
The Framework covers both rapid responsive emergency works and specific planned maintenance work. The members of the Consortium are the Authority plus the London Boroughs of Barking and Dagenham, Barnet, Bexley, Brent, Bromley, Camden, Croydon, Ealing, Enfield, Hackney, Hammersmith and Fulham, Haringey, Harrow, Havering, Hillingdon, Hounslow, Islington, Lambeth, Lewisham, Merton, Newham, Redbridge, Richmond upon Thames, Southwark, Sutton, Tower Hamlets, Waltham Forest, Wandsworth, City of Westminster, Corporation of the City of London, Royal Borough of Greenwich, Royal Borough of Kingston upon Thames (all members of the LDSA - London District Surveyors' Association), plus Dartford Borough Council, and Spelthorne Borough Council. Neither the Authority nor the Consortium guarantee that any call-off contracts shall be issued under this framework nor do they guarantee any volume of work which may be issued pursuant to such a framework. The appointment to the framework is not a guarantee of any work. The maximum estimated value has been provided to cover all unforeseen incidents that may arise to buildings requiring a complexity of works over the term of the framework, including the potential for a major incident to a large or high-rise building. However, it is unlikely the maximum value will be utilised.
Members of the Consortium who cease use of the Framework shall not be replaced.
The estimated value of this framework is £4,000,000 to £50,000,000.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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: 2024/S 000-041464
Section five. Award of contract
Contract No
1
Title
Emergency Dangerous Structures Framework
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 March 2025
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Wates Property Services Ltd
Wates House, Station Approach, Leatherhead
Surrey
KT22 7SW
Country
United Kingdom
NUTS code
- UKI - London
National registration number
01141788
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £50,000,000
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=937950831 GO Reference: GO-2025415-PRO-30179458
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
70 Whitehall
London
SW1A 2AS
Telephone
+44 3450103503
Country
United Kingdom
Internet address
www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit