Construction Tenders
Wed September 13 2023
XFASTINDEX
London
Category Services
Type
No. of Lots 12
Status Active
Published 12th Sep 2023
London
Category Services
Type
No. of Lots 12
Status Active
Published 12th Sep 2023
The Royal Borough of Kensington and Chelsea
Town Hall, Hornton Street
London
W8 7NX
TAprocurement [at] rbkc.gov.uk
+44 800137111
United Kingdom
UKI – London
http://www.capitalesourcing.com/
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.capitalesourcing.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.capitalesourcing.com/
Tenders or requests to participate must be submitted to the above-mentioned address
Regional or local authority
General public services
Procurement Frameworks for RBKC Housing Management – Construction Professional Services
Services
To access this tender you must register with the Capital e-sourcing Portal at
www.capitalesourcing.com.
Use the following code to access the tender: ITT_RBKC_17469
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.
Prospective tenderers should note that they are only be able to submit a tender for either: Lot 1 only; or any combination of any of the other Lots, excluding Lot 1.
Value excluding VAT: £85,000,000
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Tenderers may bid for any combination of Lots excluding any combination that includes BOTH Lot 1 (Multi-Disciplinary) AND Lot 6 (Principal Designer & CDM).
Multi-disciplinary Consultancy
1
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)
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: £40,000,000
72
No
Variants will be accepted: No
Options: Yes
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.
The procurement is related to a project and/or programme financed by European Union funds: No
A maximum number of five (5) suppliers will be appointed to the framework agreement for this Lot.
Building Services Engineer (M&E Consultancy)
2
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: £20,000,000
72
No
Variants will be accepted: No
Options: Yes
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.
The procurement is related to a project and/or programme financed by European Union funds: No
A maximum number of four (4) suppliers to be appointed to the framework agreement for this Lot.
Structural Engineers
3
The 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
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: £2,500,000
72
No
Variants will be accepted: No
Options: Yes
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.
The procurement is related to a project and/or programme financed by European Union funds: No
A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot.
Fire Safety Consultancy – Fire Engineer
4A
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: £3,500,000
72
No
Variants will be accepted: No
Options: Yes
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.
The procurement is related to a project and/or programme financed by European Union funds: No
A maximum number of three (3) suppliers will be appointed –to the framework agreement for this lot.
Fire Safety Consultancy – Fire Risk Assessments
4B
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: £2,000,000
72
No
Variants will be accepted: No
Options: Yes
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
The procurement is related to a project and/or programme financed by European Union funds: No
A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot.
Fire Safety Consultancy – Fire Door Inspections
4C
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: £1,500,000
72
No
Variants will be accepted: No
Options: Yes
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
The procurement is related to a project and/or programme financed by European Union funds: No
A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot
Fire Safety Consultancy – Waking Watch
4D
The 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
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: £1,000,000
72
No
Variants will be accepted: No
Options: Yes
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.
The procurement is related to a project and/or programme financed by European Union funds: No
A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot.
PAS 2035 Retrofit Services
5
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: £3,000,000
72
No
Variants will be accepted: No
Options: Yes
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.
The procurement is related to a project and/or programme financed by European Union funds: No
A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot.
Principal Designer & CDM
6
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: £5,000,000
72
No
Variants will be accepted: No
Options: Yes
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.
The procurement is related to a project and/or programme financed by European Union funds: No
A maximum number of four (4) suppliers will be appointed to the framework agreement for this Lot.
Clerk of Works
7
The 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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: £2,000,000
72
No
Variants will be accepted: No
Options: Yes
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.
The procurement is related to a project and/or programme financed by European Union funds: No
A maximum number of four (4) suppliers will be appointed to the framework agreement for this Lot.
Asbestos Consultancy
8
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.
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: £2,000,000
72
No
Variants will be accepted: No
Options: Yes
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.
The procurement is related to a project and/or programme financed by European Union funds: No
A maximum number of three (3) suppliers will be appointed to this Lot.
Strategic Estates Management Consultancy
9
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
Price is not the only award criterion and all criteria are stated only in the procurement documents
Value excluding VAT: £2,500,000
72
No
Variants will be accepted: No
Options: Yes
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.
The procurement is related to a project and/or programme financed by European Union funds: No
A maximum number of three (3) suppliers will be appointed to this Lot.
Selection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
Please see tender documents.
Open procedure
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 41
The procurement is covered by the Government Procurement Agreement: Yes
Notice number: 2023/S 000-006521
6 November 2023
5:00pm
English
Tender must be valid until: 1 October 2024
6 November 2023
5:00pm
This is a recurrent procurement: No
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
To access this tender you must register with the Capital e-sourcing Portal at
www.capitalesourcing.com.
Use the following code to access the tender: ITT_RBKC_17469
The contracts entered into as a result of this contract notice shall be subject to English law and the exclusive jurisdiction of the English Courts.
The framework agreements entered into as a result of this contract notice shall be subject to English law and the exclusive jurisdiction of the English Courts.
RBKC reserves the right not to enter into any framework agreement or award any contract as a result of this contract notice and to vary or change or not to proceed with this competition at any stage of the procurement process.
RBKC shall not be responsible for any costs incurred by any potential bidder responding to this contract notice.
Please refer to the procurement documentation for important notices in respect of commercially sensitive information and the application of the Freedom of Information Act 2000.
RBKC reserves the right to require potential bidders to enter into a parent company guarantee and/or performance bond.
RBKC
London
United Kingdom
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.
© 2023 The Construction Index [Company No. 6177490].

source