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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./76UU3ZXDBM
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./76UU3ZXDBM
Tenders or requests to participate must be submitted to the above-mentioned 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
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 (the ‘Authority”) on behalf of itself and the following authorities comprising the London Dangerous Structures Consortium: 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 (member of the LDSA - London District Surveyors' Association), plus Dartford Borough Council, and Spelthorne Borough Council (the ‘Consortium’) invites Tenders for the appointment of one supplier to an Emergency Dangerous Structures Framework Agreement (the ‘Framework Agreement’).
The Authority on behalf of the Consortium requires a Contractor with the capacity and track record to provide rapid response (attendance within 2 hours), emergency shoring and remedial works to dangerous buildings and structures (this could include boarding windows to major shoring operation of large high-rise buildings) 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. It is proposed that this framework would start on the 1 April 2025 running for a period of 4-years to the 31 March 2029. The Contractor may also be asked to provide planned maintenance or planned works as and when required.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: No
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 Royal Borough of Kensington and Chelsea and the Consortium does not 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. Further, applicants shall note the appointment to the framework is not a guarantee of any work. The Royal Borough of Kensington and Chelsea and the Consortium's estimated range of value of the consideration the successful contractor may receive under any call-off contracts issued pursuant to the framework agreement is likely to be above the Public Procurement Threshold for Works contracts. 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 and further information on historic volumes and the average value of a call-off contract is in the procurement documents.
It is currently anticipated that the term shall commence on the 1 April 2025. Applicants shall be aware that all dates in this advertisement are estimates only and moreover the Royal Borough of Kensington and Chelsea reserves the right to cancel the procurement and not to proceed with the framework agreement at any stage of the procurement process. Applicants shall be aware that 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
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
See procurement documents.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See procurement documents
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
Framework agreement with a single operator
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.2.2) Time limit for receipt of tenders or requests to participate
Date
31 January 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 January 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
TUPE may apply to transfer staff from the incumbent to a new provider.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./76UU3ZXDBM
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/76UU3ZXDBM
GO Reference: GO-20241223-PRO-28983078
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