- Scope of the procurement
- Lot 1. Multi-disciplinary Consultancy
- Lot 2. Building Services Engineer (M&E Consultancy)
- Lot 3. Structural Engineers
- Lot 4A. Fire Safety Consultancy - Fire Engineer
- Lot 4B. Fire Safety Consultancy - Fire Risk Assessments
- Lot 4C. Fire Safety Consultancy - Fire Door Inspections
- Lot 4D. Fire Safety Consultancy - Waking Watch
- Lot 5. PAS 2035 Retrofit Services
- Lot 6. Principal Designer & CDM
- Lot 7. Clerk of Works
- Lot 8. Asbestos Consultancy
- Lot 9. Strategic Estates Management Consultancy
Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kensington and Chelsea
Town Hall, Hornton Street
London
W8 7NX
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
http://www.capitalesourcing.com/
Buyer's address
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
Procurement Frameworks for RBKC Housing Management - Construction Professional Services
two.1.2) Main CPV code
- 71315200 - Building consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Contract Award
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.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £85,000,000
two.2) Description
two.2.1) Title
Multi-disciplinary Consultancy
Lot No
1
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.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)
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 8%
Quality criterion - Name: Time, Cost & Quality / Weighting: 12%
Quality criterion - Name: Design Development / Weighting: 6%
Quality criterion - Name: Supply Chain Management / Weighting: 9%
Quality criterion - Name: Resident Engagement / Weighting: 8%
Quality criterion - Name: Social Value / Weighting: 6%
Quality criterion - Name: Health & Safety / Weighting: 5%
Quality criterion - Name: Sustainability / Weighting: 6%
Price - Weighting: 40%
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Estimated Lot Value - : £40,000,000
two.2) Description
two.2.1) Title
Building Services Engineer (M&E Consultancy)
Lot No
2
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
two.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
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 8%
Quality criterion - Name: Time, Cost & Quality / Weighting: 12%
Quality criterion - Name: Design Development / Weighting: 6%
Quality criterion - Name: Supply Chain Management / Weighting: 9%
Quality criterion - Name: Resident Engagement / Weighting: 8%
Quality criterion - Name: Social Value / Weighting: 6%
Quality criterion - Name: Health & Safety / Weighting: 5%
Quality criterion - Name: Sustainability / Weighting: 6%
Price - Weighting: 40%
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Value excluding VAT: £20,000,000
two.2) Description
two.2.1) Title
Structural Engineers
Lot No
3
two.2.2) Additional CPV code(s)
- 71312000 - Structural engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
two.2.4) Description of the procurement
he 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
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 8%
Quality criterion - Name: Time, Cost & Quality / Weighting: 12%
Quality criterion - Name: Design Development / Weighting: 8%
Quality criterion - Name: Supply Chain Management / Weighting: 7%
Quality criterion - Name: Resident Engagement / Weighting: 8%
Quality criterion - Name: Social Value / Weighting: 6%
Quality criterion - Name: Health & Safety / Weighting: 6%
Quality criterion - Name: Sustainability / Weighting: 5%
Price - Weighting: 40%
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Value excluding VAT: £2,500,000
two.2) Description
two.2.1) Title
Fire Safety Consultancy - Fire Engineer
Lot No
4A
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
two.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
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 7%
Quality criterion - Name: Time, Cost & Quality / Weighting: 12%
Quality criterion - Name: Design Development / Weighting: 8%
Quality criterion - Name: Supply Chain Management / Weighting: 7%
Quality criterion - Name: Resident Engagement / Weighting: 7%
Quality criterion - Name: Social Value / Weighting: 6%
Quality criterion - Name: Health & Safety / Weighting: 8%
Quality criterion - Name: Sustainability / Weighting: 5%
Price - Weighting: 40%
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Value excluding VAT £3,500,000
two.2) Description
two.2.1) Title
Fire Safety Consultancy - Fire Risk Assessments
Lot No
4B
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
two.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
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 9%
Quality criterion - Name: Time, Cost & Quality / Weighting: 11%
Quality criterion - Name: Supply Chain Management / Weighting: 8%
Quality criterion - Name: Resident Engagement / Weighting: 10%
Quality criterion - Name: Social Value / Weighting: 7%
Quality criterion - Name: Health & Safety / Weighting: 9%
Quality criterion - Name: Sustainability / Weighting: 6%
Price - Weighting: 40%
two.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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Value excluding VAT: £2,000,000
two.2) Description
two.2.1) Title
Fire Safety Consultancy - Fire Door Inspections
Lot No
4C
two.2.2) Additional CPV code(s)
- 71317100 - Fire and explosion protection and control consultancy services
- 71631300 - Technical building-inspection services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
two.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
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 8%
Quality criterion - Name: Time, Cost & Quality / Weighting: 11%
Quality criterion - Name: Supply Chain Management / Weighting: 8%
Quality criterion - Name: Resident Engagement / Weighting: 10%
Quality criterion - Name: Social Value / Weighting: 7%
Quality criterion - Name: Health & Safety / Weighting: 10%
Quality criterion - Name: Sustainability / Weighting: 6%
Price - Weighting: 40%
two.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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Value excluding VAT: £1,500,000
two.2) Description
two.2.1) Title
Fire Safety Consultancy - Waking Watch
Lot No
4D
two.2.2) Additional CPV code(s)
- 71317200 - Health and safety services
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
two.2.4) Description of the procurement
he 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
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 10%
Quality criterion - Name: Time, Cost & Quality / Weighting: 12%
Quality criterion - Name: Resident Engagement / Weighting: 10%
Quality criterion - Name: Social Value / Weighting: 9%
Quality criterion - Name: Health & Safety / Weighting: 11%
Quality criterion - Name: Sustainability / Weighting: 8%
Price - Weighting: 40%
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Value excluding VAT: £1,000,000
two.2) Description
two.2.1) Title
PAS 2035 Retrofit Services
Lot No
5
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 71230000 - Organisation of architectural design contests
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
two.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
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 7%
Quality criterion - Name: Time, Cost & Quality / Weighting: 11%
Quality criterion - Name: PAS 2035 Project Delivery / Weighting: 10%
Quality criterion - Name: Supply Chain Management / Weighting: 6%
Quality criterion - Name: Resident Engagement / Weighting: 8%
Quality criterion - Name: Social Value / Weighting: 6%
Quality criterion - Name: Health & Safety / Weighting: 6%
Quality criterion - Name: Sustainability / Weighting: 6%
Price - Weighting: 40%
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Value excluding VAT: £3,000,000
two.2) Description
two.2.1) Title
Principal Designer & CDM
Lot No
6
two.2.2) Additional CPV code(s)
- 71317210 - Health and safety consultancy services
- 79415200 - Design consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
two.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.
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 9%
Quality criterion - Name: Time, Cost & Quality / Weighting: 12%
Quality criterion - Name: Supply Chain Management / Weighting: 8%
Quality criterion - Name: Residents Engagement / Weighting: 8%
Quality criterion - Name: Social Value / Weighting: 8%
Quality criterion - Name: Health & Safety / Weighting: 10
Quality criterion - Name: Sustainability / Weighting: 5%
Price - Weighting: 40%
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Value excluding VAT: £5,000,000
two.2) Description
two.2.1) Title
Clerk of Works
Lot No
7
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
two.2.4) Description of the procurement
he 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.
two.2.5) Award criteriaII.2.5) Award criteria
Price is not
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 9%
Quality criterion - Name: Time, Cost & Quality / Weighting: 20%
Quality criterion - Name: Resident Engagement / Weighting: 9%
Quality criterion - Name: Social Value / Weighting: 7%
Quality criterion - Name: Health & Safety / Weighting: 9%
Quality criterion - Name: Sustainability / Weighting: 6%
Price - Weighting: 40%
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Value excluding VAT: £2,000,000
two.2) Description
two.2.1) Title
Asbestos Consultancy
Lot No
8
two.2.2) Additional CPV code(s)
- 71315100 - Building-fabric consultancy services
- 71315200 - Building consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
two.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.
two.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 9%
Quality criterion - Name: Time, Cost & Quality / Weighting: 13%
Quality criterion - Name: Residents Engagement / Weighting: 9%
Quality criterion - Name: Social Value / Weighting: 8%
Quality criterion - Name: Health & Safety / Weighting: 14%
Quality criterion - Name: Sustainability / Weighting: 7%
Quality criterion - Name: 7 / Weighting: Sustainability
Price - Weighting: 40%
two.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.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Value excluding VAT: £2,000,000
two.2) Description
two.2.1) Title
Strategic Estates Management Consultancy
Lot No
9
two.2.2) Additional CPV code(s)
- 70331000 - Residential property services
- 70332200 - Commercial property management services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
two.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
two.2.5) Award criteria
Price
two.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.
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: 2023/S 000-006521
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Lot No
1
Title
Multi-disciplinary Consultancy
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 18
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
AtkinsRéalis PPS Limited
Woodcote Grove, Ashley Road, Epsom, Surrey, KT18 5BW
Surrey
KT18 5BW
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
National registration number
02236832
The contractor is an SME
No
five.2.3) Name and address of the contractor
Rider Levett Bucknall UK Ltd
15 Colmore Row, Birmingham, B3 2BH
Birmingham
Country
United Kingdom
NUTS code
- UKG31 - Birmingham
National registration number
4653580
The contractor is an SME
No
five.2.3) Name and address of the contractor
Pellings LLP
Spring Lodge, 172 Chester Road, Helsby, Cheshire, WA6 0AR
Helsby
WA6 0AR
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
National registration number
OC326178
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
McBains Limited
26 Finsbury Square, London, EC2A 1DS
London
EC2A 1DS
Country
United Kingdom
NUTS code
- UKI - London
National registration number
03094139
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Stace LLP
273 High Street, Epping, Essex, CM16 4DA
Essex
CM16 4DA
Country
United Kingdom
NUTS code
- UKH3 - Essex
National registration number
OC312683
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ridge and Partners LLP
The Cowyards, Blenheim Park, Oxford Road, Woodstock, OX20 1QR
Woodstock
Country
United Kingdom
NUTS code
- UKJ14 - Oxfordshire
National registration number
OC309402
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £40,000,000
Section five. Award of contract
Lot No
2
Title
Building Services Engineer (M&E Consultancy)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 9
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
McBains Limited
26 Finsbury Square, London, EC2A 1DS
London
EC2A 1DS
Country
United Kingdom
NUTS code
- UKI - London
National registration number
03094139
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Baily Garner LLP
146-148 Eltham Hill, London, SE9 5DY
London
SE9 5DY
Country
United Kingdom
NUTS code
- UKI - London
National registration number
OC305198
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Harley Haddow Ltd
124-125 Princes Street, Edinburgh EH2 4AD
Edinburgh
EH2 4AD
Country
United Kingdom
NUTS code
- UKM75 - Edinburgh, City of
National registration number
SC458611
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Frankham Consultancy Group Ltd
Irene House, Five Arches Business Park, Maidstone Road, Sidcup, Kent DA14 5AE
Kent
DA14 5AE
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
4409614
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £20,000,000
Section five. Award of contract
Lot No
3
Title
Structural Engineers
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 12
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Ridge and Partners LLP
The Cowyards, Blenheim Park, Oxford Road, Woodstock, OX20 1QR
Woodstock
OX20 1QR
Country
United Kingdom
NUTS code
- UKJ14 - Oxfordshire
National registration number
OC309402
The contractor is an SME
No
five.2.3) Name and address of the contractor
Wilde Consultants Ltd
Brindley Lodge, Adcroft Street, Stockport, Cheshire SK1 3HS
Stockport
SK1 3HS
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
National registration number
2603960
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Civic Engineers Ltd
Carver’s Warehouse, 77 Dale Street, Manchester, M1 2HG
Manchester
M1 2HG
Country
United Kingdom
NUTS code
- UKD33 - Manchester
National registration number
06824088
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,500,000
Section five. Award of contract
Lot No
4A
Title
Fire Safety - Consultancy / Fire Engineer
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Airey Miller Limited
St John’s House, Suffolk Way, Sevenoaks, Kent, TN13 1YL
Kent
TN13 1YL
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
10228384
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ridge and Partners LLP
The Cowyards, Blenheim Park, Oxford Road, Woodstock, OX20 1QR
Woodstock
OX20 1QR
Country
United Kingdom
NUTS code
- UKJ14 - Oxfordshire
National registration number
OC309402
The contractor is an SME
No
five.2.3) Name and address of the contractor
Pellings LLP
Spring Lodge, 172 Chester Road, Helsby, Cheshire, WA6 0AR
Cheshire
WA6 0AR
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
National registration number
OC326178
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £3,500,000
Section five. Award of contract
Lot No
4B
Title
Fire Safety Consultancy - Fire Risk Assessments
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Rider Levett Bucknall UK Ltd
15 Colmore Row, Birmingham, B3 2BH
Birmingham
B3 2BH
Country
United Kingdom
NUTS code
- UKG31 - Birmingham
National registration number
4653580
The contractor is an SME
No
five.2.3) Name and address of the contractor
Potter Raper Ltd
Duncan House Burnhill Road Beckenham Kent, BR3 3LA
Kent
BR3 3LA
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
11729518
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Ridge and Partners LLP
The Cowyards, Blenheim Park, Oxford Road, Woodstock, OX20 1QR
Woodstock
OX20 1QR
Country
United Kingdom
NUTS code
- UKJ14 - Oxfordshire
National registration number
4653580
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,000,000
Section five. Award of contract
Lot No
4C
Title
Fire Safety Consultancy - Fire Door Inspections
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Rider Levett Bucknall UK Ltd
15 Colmore Row, Birmingham, B3 2BH
Birmingham
B3 2BH
Country
United Kingdom
NUTS code
- UKG31 - Birmingham
National registration number
4653580
The contractor is an SME
No
five.2.3) Name and address of the contractor
Pellings LLP
Spring Lodge, 172 Chester Road, Helsby, Cheshire, WA6 0AR
Cheshire
WA6 0AR
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
National registration number
OC326178
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,500,000
Section five. Award of contract
Lot No
4D
Title
Fire Safety Consultancy - Waking Watch
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Fire and Evacuation Services Ltd
3 Fardene Street, Silsden, Keighley, BD20 9LQ
Keighley
BD20 9LQ
Country
United Kingdom
NUTS code
- UKE - Yorkshire and the Humber
National registration number
13821100
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
EMFS Group
Penrose House, 67 Hightown Road, Banbury, Oxfordshire, United Kingdom, OX16 9BE
Banbury
OX16 9BE
Country
United Kingdom
NUTS code
- UKJ14 - Oxfordshire
National registration number
12883039
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £1,000,000
Section five. Award of contract
Lot No
5
Title
PAS 2035 Retrofit Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Baily Garner LLP
146-148 Eltham Hill, London, SE9 5DY
London
SE9 5DY
Country
United Kingdom
NUTS code
- UKI - London
National registration number
OC305198
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
McBains Limited
26 Finsbury Square, London, EC2A 1DS
London
EC2A 1DS
Country
United Kingdom
NUTS code
- UKI - London
National registration number
03094139
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Pellings LLP
Spring Lodge, 172 Chester Road, Helsby, Cheshire, WA6 0AR
Cheshire
WA6 0AR
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
National registration number
OC326178
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £3,000,000
Section five. Award of contract
Lot No
6
Title
Principal Designer & CDM
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Derisk (UK) Ltd
Burdett House, 15-16 Buckingham Street, London, WC2N 6DU
London
WC2N 6DU
Country
United Kingdom
NUTS code
- UKI - London
National registration number
09236125
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Currie & Brown UK Limited
150 Holborn, London, EC1N 2NS
London
EC1N 2NS
Country
United Kingdom
NUTS code
- UKI - London
National registration number
1300409
The contractor is an SME
No
five.2.3) Name and address of the contractor
Tersus Consultancy Limited
20 Grosvenor Place, London, 20 Grosvenor Place, London, SW1X 7HN
London
SW1X 7HN
Country
United Kingdom
NUTS code
- UKI - London
National registration number
01912115
The contractor is an SME
No
five.2.3) Name and address of the contractor
Michael Dyson Associates Ltd
West House, Meltham Road, Honley, Holmfirth, HD9 6LB
HD9 6LB
HD9 6LB
Country
United Kingdom
NUTS code
- UKE4 - West Yorkshire
National registration number
02903668
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £5,000,000
Section five. Award of contract
Lot No
7
Title
Clerk of Works
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Pellings LLP
Spring Lodge, 172 Chester Road, Helsby, Cheshire, WA6 0AR
Cheshire
WA6 0AR
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
National registration number
OC326178
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Rider Levett Bucknall UK Ltd
15 Colmore Row, Birmingham, B3 2BH
Birmingham
B3 2BH
Country
United Kingdom
NUTS code
- UKG31 - Birmingham
National registration number
4653580
The contractor is an SME
No
five.2.3) Name and address of the contractor
Potter Raper Ltd
Duncan House Burnhill Road Beckenham Kent, BR3 3LA
Kent
BR3 3LA
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
11729518
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Airey Miller Limited
St John’s House, Suffolk Way, Sevenoaks, Kent, TN13 1YL
Kent
TN13 1YL
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
11729518
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,000,000
Section five. Award of contract
Lot No
8
Title
Asbestos Consultancy
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 October 2024
five.2.2) Information about tenders
Number of tenders received: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Full Circle Compliance Limited
32 Writtle Road, Chelmsford, Essex, CM1 3BX
Chelmsford
CM1 3BX
Country
United Kingdom
NUTS code
- UKH3 - Essex
National registration number
11025021
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Life Environmental Services Limited
4 Ducketts Wharf, South Street, Bishop’s Stortford. Hertfordshire. CM23 3AR
Bishop’s Stortford
CM23 3AR
Country
United Kingdom
NUTS code
- UKH23 - Hertfordshire
National registration number
03053057
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
The Hazard Management and Environmental Services Laboratories Limited, trading as Thames Laboratories
Hollow Farm, Hilton Road, Fenstanton, Cambridgeshire, PE28 9LJ
Fenstanton
PE28 9LJ
Country
United Kingdom
NUTS code
- UKH12 - Cambridgeshire CC
National registration number
02647438
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Environtec Limited
Environtec House, The Street, Hatfield Peverel, Chelmsford, Essex, CM3 2EJ
Chelmsford
CM3 2EJ
Country
United Kingdom
NUTS code
- UKH3 - Essex
National registration number
02981693
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,000,000
Section five. Award of contract
Lot No
9
Title
Strategic Estates Management Consultancy
A contract/lot is awarded: No
five.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The Royal Borough of Kensington and Chelsea
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
The Royal Borough of Kensington and Chelsea
London
Country
United Kingdom
six.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.