Tender

Emergency Dangerous Structures Framework

  • The Royal Borough of Kensington and Chelsea
  • LDSA (London District Surveyors' Association)
  • Dartford Borough Council
  • Spelthorne Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-041464

Procurement identifier (OCID): ocds-h6vhtk-04ccc3

Published 23 December 2024, 4:05pm



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

Email

Malcolm.deVela@rbkc.gov.uk

Telephone

+44 73613000

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.rbkc.gov.uk

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

Email

planning@havering.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.havering.gov.uk/

one.1) Name and addresses

Dartford Borough Council

Civic Centre, Home Gardens, Dartford

Kent

DA1 1DR

Email

building.control@dartford.gov.uk

Country

United Kingdom

Region code

UKJ4 - Kent

Internet address(es)

Main address

https://www.dartford.gov.uk/

one.1) Name and addresses

Spelthorne Borough Council

Knowle Green

Staines-upon-Thames

TW18 1XB

Email

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