Royal Borough of Kensington and Chelsea: Emergency Dangerous Structures Framework

  Royal Borough of Kensington and Chelsea is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Emergency Dangerous Structures Framework
Notice type: Contract Notice
Authority: Royal Borough of Kensington and Chelsea
Nature of contract: Works
Procedure: Open
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.
Published: 23/12/2024 15:09
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Construction work.
Section I: Contracting Authority
      I.1) Name and addresses
             The Royal Borough of Kensington and Chelsea
             Town Hall, 8 Hornton Street, London, W8 7NX, United Kingdom
             Tel. +44 73613000, Email: Malcolm.deVela@rbkc.gov.uk
             Contact: Malcolm de Vela
             Main Address: www.rbkc.gov.uk, Address of the buyer profile: www.rbkc.gov.uk/business-and-enterprise/business-opportunities-and-procurement/procurement-borough
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.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 abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Construction-work./76UU3ZXDBM to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Emergency Dangerous Structures Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      45000000 - Construction work.

      II.1.3) Type of contract: WORKS
      II.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.       
      II.1.5) Estimated total value:
      Value excluding VAT: 50,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      44212310 - Scaffolding.
      44212315 - Equipment for scaffolding.
      44212317 - Scaffolding structures.
      45262100 - Scaffolding work.
      45262110 - Scaffolding dismantling work.
      45262120 - Scaffolding erection work.
      
      II.2.3) Place of performance:
      UKI LONDON
      UK UNITED KINGDOM
      
      II.2.4) Description of 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.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 50,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.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.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions       
      See procurement documents          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.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       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 31/01/2025 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 31/01/2025
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.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
   VI.4) Procedures for review
   VI.4.1) Review body:
             Public Procurement Review Service
       70 Whitehall, London, SW1A 2AS, United Kingdom
       Tel. +44 3450103503
       Internet address: www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 23/12/2024

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       LDSA (London District Surveyors' Association)
       c/o Building Control - London Borough of Havering, Town Hall, Main Road, Romford, RM1 3BB, United Kingdom
       Email: planning@havering.gov.uk
       Main Address: https://www.havering.gov.uk/
       NUTS Code: UKI

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       Dartford Borough Council
       Civic Centre, Home Gardens, Dartford, Kent, DA1 1DR, United Kingdom
       Email: building.control@dartford.gov.uk
       Main Address: https://www.dartford.gov.uk/
       NUTS Code: UKJ4

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      3: Contracting Authority
       Spelthorne Borough Council
       Knowle Green, Staines-upon-Thames, TW18 1XB, United Kingdom
       Email: building.control@spelthorne.gov.uk
       Main Address: https://www.spelthorne.gov.uk/
       NUTS Code: UKJ2

View any Notice Addenda

View Award Notice

UK-London: Construction work.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Royal Borough of Kensington and Chelsea
       Town Hall, 8 Hornton Street, London, W8 7NX, United Kingdom
       Tel. +44 73613000, Email: Malcolm.deVela@rbkc.gov.uk
       Contact: Malcolm de Vela
       Main Address: www.rbkc.gov.uk, Address of the buyer profile: www.rbkc.gov.uk/business-and-enterprise/business-opportunities-and-procurement/procurement-borough
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Emergency Dangerous Structures Framework            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         45000000 - Construction work.


      II.1.3) Type of contract: WORKS

      II.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.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 50,000,000
                  
         Currency:GBP            

   II.2) Description

      II.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.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      LONDON
      UNITED KINGDOM
             

      II.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.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2024/S 000-041464
      
   

   IV.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: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 1    
   Lot Number: Not Provided    
   Title: Emergency Dangerous Structures Framework

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 21/03/2025

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Wates Property Services Ltd, 01141788
             Wates House, Station Approach, Leatherhead, Surrey, KT22 7SW, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 50,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Not Provided          
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=937950831
   VI.4) Procedures for review

      VI.4.1) Review body
          Public Procurement Review Service
          70 Whitehall, London, SW1A 2AS, United Kingdom
          Tel. +44 3450103503
          Internet address: www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 15/04/2025

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       LDSA (London District Surveyors' Association)
       c/o Building Control - London Borough of Havering, Town Hall, Main Road, Romford, RM1 3BB, United Kingdom
       Email: planning@havering.gov.uk
       Main Address: https://www.havering.gov.uk/
       NUTS Code: UKI
   
   2: Contracting Authority
       Dartford Borough Council
       Civic Centre, Home Gardens, Dartford, Kent, DA1 1DR, United Kingdom
       Email: building.control@dartford.gov.uk
       Main Address: https://www.dartford.gov.uk/
       NUTS Code: UKJ4
   
   3: Contracting Authority
       Spelthorne Borough Council
       Knowle Green, Staines-upon-Thames, TW18 1XB, United Kingdom
       Email: building.control@spelthorne.gov.uk
       Main Address: https://www.spelthorne.gov.uk/
       NUTS Code: UKJ2