Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Procurement Frameworks for RBKC Housing Management - Construction Professional Services

  • Cyhoeddwyd gyntaf: 13 Medi 2023
  • Wedi'i addasu ddiwethaf: 13 Medi 2023

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03ae8f
Cyhoeddwyd gan:
The Royal Borough of Kensington and Chelsea
ID Awudurdod:
AA21978
Dyddiad cyhoeddi:
13 Medi 2023
Dyddiad Cau:
06 Tachwedd 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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)

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Royal Borough of Kensington and Chelsea

Town Hall, Hornton Street

London

W8 7NX

UK

Ffôn: +44 800137111

E-bost: TAprocurement@rbkc.gov.uk

NUTS: UKI

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.capitalesourcing.com/

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

http://www.capitalesourcing.com/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

http://www.capitalesourcing.com/


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Procurement Frameworks for RBKC Housing Management - Construction Professional Services

II.1.2) Prif god CPV

71315200

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 85 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

Tenderers may bid for any combination of Lots excluding any combination that includes BOTH Lot 1 (Multi-Disciplinary) AND Lot 6 (Principal Designer & CDM).

II.2) Disgrifiad

Rhif y Lot 4A

II.2.1) Teitl

Fire Safety Consultancy - Fire Engineer

II.2.2) Cod(au) CPV ychwanegol

71317100

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKI33

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 500 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A maximum number of three (3) suppliers will be appointed –to the framework agreement for this lot.

Rhif y Lot 4B

II.2.1) Teitl

Fire Safety Consultancy - Fire Risk Assessments

II.2.2) Cod(au) CPV ychwanegol

71317100

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKI33

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot.

Rhif y Lot 4C

II.2.1) Teitl

Fire Safety Consultancy - Fire Door Inspections

II.2.2) Cod(au) CPV ychwanegol

71317100

71631300

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKI33

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 500 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot

Rhif y Lot 4D

II.2.1) Teitl

Fire Safety Consultancy - Waking Watch

II.2.2) Cod(au) CPV ychwanegol

71317200

79710000

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKI33

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot.

Rhif y Lot 1

II.2.1) Teitl

Multi-disciplinary Consultancy

II.2.2) Cod(au) CPV ychwanegol

71220000

71310000

71312000

71315200

71315300

71324000

71334000

71541000

79994000

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKI33

II.2.4) Disgrifiad o’r caffaeliad

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)

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 40 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A maximum number of five (5) suppliers will be appointed to the framework agreement for this Lot.

Rhif y Lot 2

II.2.1) Teitl

Building Services Engineer (M&E Consultancy)

II.2.2) Cod(au) CPV ychwanegol

71334000

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKI33

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 20 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A maximum number of four (4) suppliers to be appointed to the framework agreement for this Lot.

Rhif y Lot 3

II.2.1) Teitl

Structural Engineers

II.2.2) Cod(au) CPV ychwanegol

71312000

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKI33

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 500 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot.

Rhif y Lot 5

II.2.1) Teitl

PAS 2035 Retrofit Services

II.2.2) Cod(au) CPV ychwanegol

71000000

71230000

71314000

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKI33

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A maximum number of three (3) suppliers will be appointed to the framework agreement for this Lot.

Rhif y Lot 6

II.2.1) Teitl

Principal Designer & CDM

II.2.2) Cod(au) CPV ychwanegol

71317210

79415200

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKI33

II.2.4) Disgrifiad o’r caffaeliad

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.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 5 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A maximum number of four (4) suppliers will be appointed to the framework agreement for this Lot.

Rhif y Lot 7

II.2.1) Teitl

Clerk of Works

II.2.2) Cod(au) CPV ychwanegol

71000000

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKI33

II.2.4) Disgrifiad o’r caffaeliad

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.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A maximum number of four (4) suppliers will be appointed to the framework agreement for this Lot.

Rhif y Lot 8

II.2.1) Teitl

Asbestos Consultancy

II.2.2) Cod(au) CPV ychwanegol

71315100

71315200

90650000

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKI33

II.2.4) Disgrifiad o’r caffaeliad

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.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A maximum number of three (3) suppliers will be appointed to this Lot.

Rhif y Lot 9

II.2.1) Teitl

Strategic Estates Management Consultancy

II.2.2) Cod(au) CPV ychwanegol

70331000

70332200

II.2.3) Man cyflawni

Cod NUTS:

UKI

UKI33

II.2.4) Disgrifiad o’r caffaeliad

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

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 500 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 72

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

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.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

A maximum number of three (3) suppliers will be appointed to this Lot.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Please see tender documents.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 41

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-006521

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 06/11/2023

Amser lleol: 17:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Rhaid i’r tendr fod yn ddilys tan: 01/10/2024

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 06/11/2023

Amser lleol: 17:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

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.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

RBKC

London

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

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.

VI.5) Dyddiad anfon yr hysbysiad hwn

12/09/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71631300 Gwasanaethau archwilio technegol ar gyfer adeiladau Gwasanaethau archwilio technegol
71315300 Gwasanaethau arolygu adeiladau Gwasanaethau adeiladu
79710000 Gwasanaethau diogelwch Gwasanaethau ymchwilio a diogelwch
71220000 Gwasanaethau dylunio pensaernïol Gwasanaethau pensaernïol a gwasanaethau cysylltiedig
70331000 Gwasanaethau eiddo preswyl Gwasanaethau yswiriant eiddo tiriog ar sail ffi neu gontract
79994000 Gwasanaethau gweinyddu contractau Amrywiol wasanaethau sy’n gysylltiedig â busnes
71317200 Gwasanaethau iechyd a diogelwch Gwasanaethau ymgynghori ar ddiogelu rhag peryglon a’u rheoli
71324000 Gwasanaethau mesur meintiau Gwasanaethau dylunio peirianneg
71334000 Gwasanaethau peirianneg fecanyddol a thrydanol Gwasanaethau peirianneg amrywiol
71000000 Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio Adeiladu ac Eiddo Tiriog
70332200 Gwasanaethau rheoli eiddo masnachol gwaith atgyweirio a chynnal a chadw amhreswyl
71541000 Gwasanaethau rheoli prosiectau adeiladu Gwasanaethau rheoli adeiladu
90650000 Gwasanaethau tynnu asbestos Gwasanaethau glanhau a glanweithdra mewn ardaloedd trefol neu wledig, a gwasanaethau cysylltiedig
71315200 Gwasanaethau ymgynghori ar adeiladau Gwasanaethau adeiladu
71315100 Gwasanaethau ymgynghori ar adeiladwaith adeiladau Gwasanaethau adeiladu
71312000 Gwasanaethau ymgynghori ar beirianneg strwythurol Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu
71317100 Gwasanaethau ymgynghori ar ddiogelu rhag tân a ffrwydradau a’u rheoli Gwasanaethau ymgynghori ar ddiogelu rhag peryglon a’u rheoli
79415200 Gwasanaethau ymgynghori ar ddylunio Gwasanaethau ymgynghori ar reoli cynhyrchiant
71317210 Gwasanaethau ymgynghori ar iechyd a diogelwch Gwasanaethau ymgynghori ar ddiogelu rhag peryglon a’u rheoli
71310000 Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu Gwasanaethau peirianneg
71230000 Trefnu cystadlaethau dylunio pensaernïol Gwasanaethau pensaernïol a gwasanaethau cysylltiedig
71314000 Ynni a gwasanaethau cysylltiedig Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
TAprocurement@rbkc.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.