Royal Borough of Kensington and Chelsea: Emergency Dangerous Structures Framework

  Royal Borough of Kensington and Chelsea has published this notice through Delta eSourcing

Notice Summary
Title: Emergency Dangerous Structures Framework
Notice type: Contract Award Notice
Authority: Royal Borough of Kensington and Chelsea
Nature of contract: Works
Procedure: Open
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.
Published: 15/04/2025 17:39

View Full 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



View any Notice Addenda

View Award Notice