Intrusive Surveys Framework Restoration & Renewal Programme

Award

Value

£79,700,000

Classifications

  • Construction work
  • Miscellaneous special-trade construction work
  • Facade work
  • Architectural, engineering and surveying services
  • Structural engineering consultancy services
  • Surveying services
  • Site-investigation services
  • Technical inspection services of engineering structures
  • Monitoring and control services
  • Laboratory services
  • Ground investigation work
  • Siteworks
  • Test drilling and boring work
  • Traffic control services
  • Core preparation and analysis services
  • Geological and geophysical consultancy services
  • Ground investigation services
  • Subsurface surveying services
  • Technical inspection and testing services
  • Engineering-related scientific and technical services
  • Environmental engineering consultancy services
  • Asbestos-removal work
  • Electrical services
  • Building surveying services
  • Building-inspection services
  • Inspection of ventilation system
  • Geophysical surveys of archaeological sites
  • Topographical surveys of archaeological sites
  • Archaeological services
  • Buildings of particular historical or architectural interest
  • Palace construction work
  • Parliament and public assembly buildings
  • Roof repair and maintenance work
  • Scaffolding work
  • Concrete repair work
  • Masonry and bricklaying work
  • Stonework
  • Stone carving
  • Dressed stonework
  • Metalworking
  • Electrical wiring and fitting work
  • Plastering work
  • Joinery and carpentry installation work
  • Tiling work
  • Floor-laying and covering, wall-covering and wall-papering work
  • Painting and glazing work
  • Overhaul and refurbishment work
  • Restoration work
  • Hazard protection and control consultancy services
  • Construction supervision services

Tags

  • award
  • contract

Published

3 years ago

Description

The Palace of Westminster Restoration and Renewal Programme (R&R Programme) is the biggest heritage restoration project ever undertaken in the UK. It offers suppliers, service providers and contractors a unique opportunity to contribute towards saving the seat of parliamentary democracy. The Restoration and Renewal Delivery Authority Ltd (the Delivery Authority) is a company limited by guarantee, established for the purpose of fulfilling those duties set out in s.3(4) of the Parliamentary Buildings (Restoration and Renewal) Act 2019.It works to the specifications set by the Parliamentary Works Sponsor Body (the Sponsor Body). The Delivery Authority is in charge of the day-to-day management of contractors and the supply chain and will be the 'Employer' under the Framework Agreement. The Delivery Authority is seeking to establish a multi-supplier Framework Agreement for the provision of intrusive surveys, and associated works and services required to facilitate those surveys, for the R&R Programme. Surveys are to be undertaken in the Palace of Westminster and other buildings outside the Parliamentary Estate which may be used for decant facilities. The Framework Agreement will be awarded in the following Lots: 
Lot 1: Civil and Structural Surveys
Lot 2: Ground Investigation and Geotechnical Surveys
Lot 3: Instrumentation and Monitoring
Lot 4 Environmental & Ecological Surveys
Lot 5: Asbestos Removal 
Lot 6: Mechanical, Electrical & Public Health 
Lot 7: Archaeology 
Lot 8: General Conservation Contractor 
The scope of these work and services are further detailed in the Pre-Qualification Pack (PQP). The Framework Agreement is being procured by and for the use of the Delivery Authority for the use of the R&R Programme to deliver information for the design and
development of the Palace of Westminster and the QE2 Conference Centre refurbishment.
Surveys will be coordinated and managed by a Construction Manager engaged by the Delivery Authority. The Framework Agreement may also be used by those Contracting Bodies referred to in VI.3 (Additional Information) below. 
The Delivery Authority intends to invite 5 Candidates to tender for each Lot and to award 3 places on the Framework Agreement for Lot 1 to 7 and award 2 places on the Framework Agreement for Lot 8.

Similar Contracts

Open

MULTI USE GAMES AREA FOR HARDINGS PARK GILLINGHAM DORSET SP8 4HX

THE PROJECT Gillingham Town Council invites tenders from suitably qualified contractors for the construction of a new Multi-Use Games Area (MUGA) at Hardings Park, Gillingham. The works will include installation of a tarmac sports surface, drainage infrastructure, perimeter fencing, sports line markings, LED floodlighting, and associated access improvements. The project must meet Sport England design principles, relevant British Standards, and planning conditions. Sustainable construction practices and inclusive design are essential requirements. Background and Objective Gillingham Town Council is undertaking this development to enhance community sport and recreation facilities in response to local demand. The MUGA will support multiple sports, including tennis, netball, and 5-a-side football. The selected contractor will deliver a high-quality, durable, and accessible facility with integrated lighting, line markings, and fencing to ensure safe, multi-sport use throughout the year. Location and Site Plan Hardings Park, Hardings Lane, Gillingham, Dorset SP8 4HX Scope of Services The scope of work will include but is not limited to: • Site preparation and groundworks, including excavation and sub-base formation • Construction of a 70m x 40m tarmac MUGA with slip-resistant acrylic coating • Sports line markings for tennis, netball, and 5-a-side football • Installation of 3m high perimeter weldmesh fencing with gates and divider netting • Installation of 4x LED floodlights on 6m steel columns with controls • Surface water drainage including perimeter French drains • Access improvements including tarmac link paths and inclusive entry points • Provision and installation of sports equipment • Site safety, signage, and construction phase health and safety compliance • Coordination with planning conditions, utilities, and community stakeholders • Project management and quality assurance throughout construction Note: All works are subject to obtaining full planning approval. TENDER SPECIFICATIONS MUGA Dimensions Total MUGA Area: 70m x 40m = 2,800m² Excavate footprint and create a uniform plateau with pitch gradient in line with Sport England. Install geo-textile membrane and MOT Type 1 or Type 3 stone aggregates Surface Finish • Surface for all-weather, multi-sport use, slip-resistant (porus bitmac (tarmac) base layer followed by supersport porus macadam layer two-tone (e.g. dark green court with red surrounds) • Sports line marking for: - 4 x Netball courts (yellow lines) - 4 x Tennis courts (white lines) - 2 x 5-a-side football pitches (blue lines) Perimeter Fencing • Weldmesh fencing: 3m high, galvanised and powder-coated • One set of 3m wide double leaf gates • One single access gates for pedestrians/emergency access • All gates to be lockable and comply with RoSPA safety standards Floodlighting • 4x LED sports floodlights mounted on 6m steel columns • Average LUX level of 200 maintained across the playing surface • Control panel with timer override and manual control • Wiring to be installed in underground ducting, with all necessary electrical certification provided on completion Sports Equipment • Divider netting system between the two 5-a-side football pitches, retractable or fixed, for safe and separate play • Netball: 8 x removable galvanised netball posts and sockets • Tennis: 4 x central nets with tension wire and removable posts • Football: 4 x 3m x 2m galvanised steel goals with wheels and nets Drainage • Perimeter French drain system with appropriate outlets • Surface gradient for free drainage (1:100 slope) • All drainage to comply with SUDS requirements Access & Pathways • Link path: 1.2m wide tarmac access pathway to the MUGA from Riversmeet • Drop kerbs and level thresholds to allow for inclusive access Warranties & Maintenance • Minimum 5-year warranty on all surfacing and structural works • Manufacturer's warranty certificates for all installed equipment • Maintenance schedule and surface care guidance to be provided. REQUIREMENTS This section sets out the requirements of Gillingham Town Council in terms of the delivery of the contract. Health and Safety The contractor will ensure that all activities are carried out in accordance with existing Health and Safety regulations, in particular, but not limited to, the following: • Health and Safety at Work etc Act 1974 • Management of Health and Safety at Work Regulations 1999 • Provision and Use of Work Equipment Regulations 1998 The successful contractor will be required to satisfy Gillingham Town Council as to the knowledge, understanding and compliance with these regulations. Spot checks may be carried out by an authorised officer while work is being carried out. Machinery should be operated by suitably qualified and experienced workers. Contractor staff should wear the required personal protective equipment (PPE) when required. The contractor should inform Gillingham Town Council of any unsafe feature or any matter of concern. The contractor is to be responsible for the Health and Safety of their employees/sub-contractors and the public liability towards the general public. Evidence of licences and compliant health and safety training must be made available to Gillingham Town Council. The contractor is to keep a record of all risk assessments and to supply a copy to the Gillingham Town Council upon request. The contractor is to ensure that all staff have the relevant training and ability to carry out the tasks set out on the specification. The contractor must provide site signage and barriers. Protection of public routes is essential. Insurance The contractor is to put in place and maintain its own public liability and professional indemnity insurance. Standards All plans and associated documentation must meet the requirements of the local planning authority and the Environment Agency. The contractor will supervise their employees/sub-contractors to ensure that they perform their duties in a way that reflects positively on Gillingham Town Council as the commissioning organisation. This may, on occasion, necessitate the need for spot checking by a manager or equivalent. The contractor is to ensure that all employees/sub-contractors have the relevant training and ability to carry out the tasks set out on the specification. Accident Reporting In the event of an accident, incident, potentially dangerous or dangerous occurrence, the contractor will inform the council within 48 hours of the occurrence. Precautions to Prevent Nuisance The contractor shall take all reasonable precautions to prevent nuisance from noise and disturbance during the work. The contractor shall take all reasonable precautions during the work to prevent damage to property and shall be held responsible for any damage resulting from the work and shall make good such damage at its own expense. Tools and Plant The contractor shall provide all equipment and machinery necessary for the required work and will clear away on completion. Equipment and chemicals should always be used in the correct manner and for the correct purpose. Any equipment shall be satisfactorily maintained, and records of maintenance shall be made available for inspection on request. Pricing Pricing set out in the tender response shall be final. Provision of Advice The contractor is required to provide general advice and recommendations to Gillingham Town Council based on its expertise and knowledge and to alert Gillingham Town Council to any additional requirements not considered in the tender document. Theft, Breakages and Damages The appointed contractor shall be responsible for the security and protection of all equipment, materials, and the site throughout the duration of the contract. Any loss, theft, or damage occurring during the works will be at the contractor's expense. The contractor must ensure the site is left safe, secure, and tidy at the end of each working day and that public safety is prioritised at all times. QUALIFYING INFORMATION The contractor must demonstrate experience in delivering similar outdoor sports facilities, particularly MUGA installations. Tenders must include: • Company background and relevant experience • Three examples of recent similar projects (with client references) • Confirmation of insurances (public liability and employer's liability) • Health and safety policy • Accreditation (e.g., SMAS, SAPCA) • Outline project programme with estimated duration • Method Statement for each aspect of the work • A detailed breakdown of quote • Completed Risk Assessment Forms • The completed contractor declaration (copy supplied) • Any other information relevant to the safe completion of the work SECTION 6 - SCHEDULE OF WORKS The works are expected to commence in autumn 2026 and be completed within 12 weeks, subject to weather conditions. A detailed work programme must be submitted with the tender, including key milestones: • Site mobilisation and set-up • Groundworks and drainage installation • Surfacing and acrylic coating • Fencing and equipment installation • Electrical and lighting installation • Final inspection and handover

Katy Reed

Published 9 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete