Provision of Stonework Surveys

Complete

Value

£0

Classifications

  • Architectural and related services
  • Stonework
  • Architectural, engineering and surveying services
  • Architectural and building-surveying services
  • Natural resources management or conservation strategy planning services

Tags

  • tender

Submission Deadline

7 months ago

Published

8 months ago

Description

National Galleries Scotland (NGS) "The Authority" wish to award a contract for the Provision of Stonework Surveys to a single Consultant.
The commission will initially focus on surveys of two of our prominent Gallery buildings, with the option to undertake further surveys at a later date. The purpose of the surveys is to provide NGS with a detailed report on the condition of the stonework to help conserve these important historic buildings and assist with planning and prioritisation of future capital works projects.
For full details of the Contract Requirements please refer to the Tender and Contract documents.
The Consultant must have a clear understanding of the Contract Requirements and the organisational needs of NGS.
There is no commitment to a minimum spend over the duration of the contract. Under this agreement, no minimum spend is guaranteed.
There is no commitment to a minimum level of work over the duration of the contract. Under this agreement, no minimum level of work is guaranteed.
The agreement will be non-exclusive i.e., NGS reserves the right, in certain circumstances, to procure out with the Contract Agreement, as and when required.
In the event of unsatisfactory performance by the successful Consultant and the termination of the contract by either party, NGS reserves the right to negotiate the continuance of the services with the second and third placed Contractors.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Design and Planning Services for a Replacement or Refurbished Village Hall

Barrington Parish Council (BPC) wishes to replace or refurbish the village hall. The village hall and the land upon which it sits is held in Trust for the village by the Village Hall Trustee (VHT). The building is in poor condition and s106 funds have been allocated for its refurbishment or replacement. It is not a listed building but is a significant feature and located in a prominent position overlooking the Village Green and within the Conservation Area. It is accessed via a permitted accessway across the Village Green under licence from the Green Charity. Following a detailed options study, BPC now wishes to drive forward with plans for the Village Hall and requires a company that can: • Provide the necessary plans and documentation to support a planning application. • Provide the necessary drawings and documentation to support tenders for construction works. • Post-planning to provide building control plans (if required) • Act as project manager for the construction project • Act as the designated CDM Refurbish The principle of retaining an existing building wherever possible to avoid wasting carbon and resources points to refurbishment as the starting point for Stage 2 Concept Design. However, as the scheme is developed through Stage 2, the size of the original Hall, its proportion, construction and location on the site may limit flexibility in the emerging design and this needs to be considered. The original Hall, with refurbished, insulated roof and new rooflights could sit at the heart of a highly insulated new building that could entirely envelop the old Hall, improving its environmental performance and creating welcoming and service space around it as well as extending its length with a secondary smaller hall to the rear. A Structural Report from the Structural Engineer Price & Myers indicates that the existing timber trusses in the Hall can be refurbished with tie rods at a higher level. Rebuild Alternatively, given the constraints of the Village Hall site, a new building is likely to be laid out with the two Halls at the heart of a building surrounded by circulation and service space. However, the freedom to change the proportion of the main Hall and its relationship to other parts of the building such as the smaller hall, may ultimately allow the design to be more flexible. Accommodation Needs The spatial requirements have been assessed following consultation with users. The total area was fixed at 650sqm in order to compare site layouts but including: - Large hall: a flexible multi-purpose space. - Small hall: a flexible multi-purpose space. - Hospitality: a cafe space served by a kitchen and bar is a new space desired for the Village Hall, locating it at the front of the site enables it to double as a foyer zone for the arrival of large groups to attend performances. It also creates an active and welcoming front for the building, addressing the village green. The cafe area could function as the bar for events. - Meeting Room: this is a new space for smaller meetings doubling as a room for curation or access to the Barrington History Society archive. The store for the archive should be accessible from the room or nearby. Some of the material could be on permanent display in the building. - Community kitchen: if the Cafe is run commercially or has a double function as a bar with a license, it may be necessary to also have a small community kitchen that can be used by community groups including children, such as scouts. Duxford community centre is a precedent for this. - SCDC Guidance on the use of s106 public funds is clear that no space should be for the exclusive use of any single group - thus for example a "sports and social club with bar" as a separate membership and entity would not be allowed. - Early Years: however, Barrington does need pre-school `provision for children up to 5, particularly since the village is expanding with significant numbers of family housing. The size of the Early Years facility was fixed at 120sqm to reflect the level of funding contribution from SCDC, this is sufficient for a simple one room Early Years facility which should be an independent area of the building, with a clear security line between public and pre-school use and a direct entrance from the outside with drop off and pick up arrangements for buggies. This should enable delivery of the DfE's Early Years Foundation Stage (EYFS) statutory framework and would be inspected by Ofsted. The classroom would ideally connect directly to its own outside play space and of course co-location with the village hall would bring potential customers to a Cafe. - Access and Parking requirements will need to be confirmed, and a transport assessment undertaken to provide a baseline count of existing cars at different times of the day and week, to include. - Parking and EV Charging - Disabled parking - Bicycle parking - Refuse and recycling storage Budget Constraints The finite amount of funds available means that the work on the village hall needs to be completed within very strict budgetary constraints. For the provision of architectural, surveying, planning, design and project management services a maximum budget of £160,000 is available. Contract Period The Services tender request includes whole life project management. The intended contract start and end dates - from the design to handover and sign off of the whole project - are Start date 1.9.25 End date 31.8.27.

Katy Reed

Published 1 day ago
Open

Contract for the Provision of Asbestos Surveying & Analytical Services 2025-30

Contract for the Provision of Asbestos Surveying & Analytical Services All surveying practices must be UKAS accredited and provide certification when submitting their tender return. All surveyors must be P402 (British Occupational Hygiene Society) qualified or equivalent and be able to demonstrate a level of competence. Detailed CV’s specific to asbestos surveying must be submitted with this tender to demonstrate competence for those surveyors who will work on the contract. Surveyors must be authorised to carry out each type of survey and property type as per UKAS RG8 requirements. All works on site and documented surveys must be in line with HSG264 (Asbestos: The Survey Guide). A competent project manager must be appointed by the Contractor(s), this named individual must hold either a P402 and or P405 qualification, or equivalent. A suitable CV must be provided with this return to demonstrate competency. Surveys and samples must be undertaken in line with the Control of Asbestos Regulations 2012 and HSG 264. A risk assessment and method statement must be provided for the sampling of assumed asbestos containing materials. A written quality management system must be used submitted with this return and as a minimum must include the following: - The proportion of surveys being re-inspected by another competent surveyor/auditor - The management procedures and systems of the organisation for auditing completed surveys - Systems for checking reports before issuing to the client

Katy Reed

Published 1 week ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete