Tender

RiGB - footprint project (decarbonisation works)

THE ROYAL INSTITUTION OF GREAT BRITAIN

This public procurement record has 1 release in its history.

Tender

05 Mar 2025 at 17:20

Summary of the contracting process

The Royal Institution of Great Britain (RiGB) is inviting tenders for the "RiGB - footprint project (decarbonisation works)" with the primary aim of reducing the environmental impact of their Grade I listed building located in London. The procurement process is in the tender stage, with a submission deadline for the Selection Questionnaire (SQ) set for 17:00 on 13th March 2025. Contractors will need to carry out comprehensive retrofit works as part of this project, aimed at achieving a 35% reduction in operational carbon and reaching an EPC rating of C. The tender includes an open competition method for a project worth GBP 3,000,000, with the timeline for the works commencing on 2nd June 2025 and concluding on 28th November 2025.

This tender presents significant opportunities for businesses specialising in construction, particularly those with expertise in retrofitting and sustainable building practices. SMEs that effectively document their capacity to act as Principal Contractors under the Building Safety Act and showcase strong financial and operational capabilities are positioned to benefit. Additionally, businesses that can demonstrate high standards in quality and social value stand a good chance of being selected, with the tender evaluation criteria giving substantial weight to these aspects. As the works include diverse tasks ranging from structural modifications to the installation of advanced building management systems, firms with comprehensive construction portfolios will find this project an excellent prospect for business growth and industry reputation enhancement.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

RiGB - footprint project (decarbonisation works)

Notice Description

The Royal Institution resides in a Grade I listed building located on Albemarle Street, Mayfair within the City of Westminster. Project Description The Royal Institution's mission for over two centuries has been to connect people with science on a global scale. As an independent registered charity, the Ri is committed to science education, public engagement, and heritage activities, catering to diverse audiences worldwide. Entering a new strategic phase, the Ri envisions science accessible to all, believing in its transformative power across various aspects of modern life. As advocates for equitable access to science, the Ri bridges the gap between the public and scientists, nurturing curiosity, exploration, and engagement. It serves as a welcoming home for science enthusiasts of all backgrounds. To support this goal Ri has secured PS4.35 million in funding from the Greater London Authority (GLA) for its Footprint Project to reduce the environmental impact of the building. This funding will be the catalyst for a comprehensive retrofit of the building, including the improvement of building plant, services and systems and sensitive enhancement of building fabric. The Footprint Project should serve as a precedent for successfully retrofitting a Grade I listed building to mitigate environmental impact and provide climate resilience. Ri project objectives * Upholding the Institution's core values as expounded in their strategic vision, to ensure openness, equitable access, and wide participation by the public. * Minimise the environmental impact of the organisation. * Conserve and repair the building fabric for future generations. * Chart a course to net-zero emissions, partnering with Imperial College London. * Addressing energy consumption and waste within the organisation. Project scope Proposals have been developed through: * An understanding of the programme and mandatory requirements from the GLA as funder, essentially to ensure 35% reduction in operational carbon and reach an EPC rating of C (from current EPC of G). * A road map to net zero strategy informed by following the energy hierarchy and energy utilisation metrics to ensure the long-term sustainable improvement of the building and how it is experienced and used. * Provision of an holistic, incremental and integrated approach, prioritizing works based upon tangible benefit, where any maladaptation is avoided, and where no works prejudice the successful delivery of those to follow. * Appreciation of the Ri as a working building with constraints around how and when work can be carried-out. In optimising the project scope and ambition with the heritage and immediate GLA funding and key programme drivers, the design team has made recommendations on how the works could be phased. The works are planned to commence as soon as possible after 2nd June 2025 award date and a Listed Building Consent Application has been submitted on 28th February 2025 to enable those works. The Royal Institution will require excessively noisy works and those that will affect the use most of the internal areas to be carried out during a 6 weeks operationally reduced activity period for the Ri commencing on 25th July 25 and ending on 5th September 25. At present the works to be executed during this operationally reduced activity period are as follows :- Builders work (including roof penetrations for ducting) and access hatch Metalwork replacement Balustrades ASHP installation only AHU installation only Steelworks and roof penetration for Louvres Waterproofing/making good of roof Radiators, air curtains replacement including connecting and adapting to existing pipework and cabling Making good works related to new radiators and air curtains to a like for like condition Window films LED Lighting to front of house rooms BMS works Glazed doors and screens Fire stopping and decommissioning gas connection in kitchen Renewing some kitchen equipment (replacing gas appliances with electric) The remaining works that can be completed during the period after the 5th September up to 28th November 25 are currently considered to be as follows :- VrF installation to No. 20 Roof internal insulation ASHP (on roof) connecting to power and commissioning AHU (on roof) connecting to power and commissioning Louvres installation BMS commissioning Directors' Flat works LED lighting to back of house rooms and external areas Tenders will be sought on a fixed price basis. The form of contract will be JCT Standard Form of Building Contract without quantities 2024 with amendments. The contract will also contain some Contractor Design Portions. The timeline for selecting a contractor shall be as follows :- Issue Notice with SQ - 5th March 25 Date for returning SQ - 13th March 25 Reviewing SQs and selection of tenderers - 20th March 25 Issuing ITT to selecting tenderers - 21st March 25 Tender return date (ITT) - 21st April 25 Target contract Award - 2nd June 25 This notice invites contractors to complete and submit the selection questionnaire attached to this notice. This should be returned to D R Nolans & Co ltd via email by 5pm (GMT) on Thursday 13th March 25 as noted above. The SQ includes questions relating to the tenderers business, financial standing, ability to act as Principal Contractor under the Building Safety Act, compliance as well as quality questions. The scoring is indicated on the SQ form. Copies of work in progress Stage 4 drawings prepared by the Architect (BDP), MEP Engineer (Harley Haddow) and Structural Engineer (Price & Myers) attached for information regarding the scope of works. Other principal consultants involved in the projects are Project Managers (Gardiner & Theobald) and Cost Consultant (D R Nolans & Co). The SQs received will be reviewed and scored and a maximum of five contractors will be invited to submit full tenders for the works in accordance with the timings noted above.

Lot Information

Lot 1

Options: In the event that the tenders are lower than the budget or if the further funds become available there may be an opportunity to add further works to be confirmed at ITT stage. These works could amount to PS300,000 including VAT.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e9eb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008114-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Below threshold - open competition
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45000000 - Construction work

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
£3,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Mar 202511 months ago
Submission Deadline
13 Mar 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Jun 2025 - 28 Nov 2025 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE ROYAL INSTITUTION OF GREAT BRITAIN
Contact Name
Not specified
Contact Email
ismith@ri.ac.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
W1S 4BS
Post Town
West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Westminster
Electoral Ward
West End
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04e9eb-2025-03-05T17:20:16Z",
    "date": "2025-03-05T17:20:16Z",
    "ocid": "ocds-h6vhtk-04e9eb",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-CHC-227938",
            "name": "THE ROYAL INSTITUTION OF GREAT BRITAIN",
            "identifier": {
                "scheme": "GB-CHC",
                "id": "227938"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PLRW-8166-YMCJ"
                }
            ],
            "address": {
                "streetAddress": "21 Albemarle Street",
                "locality": "LONDON",
                "postalCode": "W1S 4BS",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI32"
            },
            "contactPoint": {
                "email": "ismith@ri.ac.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-CHC-227938",
        "name": "THE ROYAL INSTITUTION OF GREAT BRITAIN"
    },
    "tender": {
        "id": "1456",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "RiGB - footprint project (decarbonisation works)",
        "description": "The Royal Institution resides in a Grade I listed building located on Albemarle Street, Mayfair within the City of Westminster. Project Description The Royal Institution's mission for over two centuries has been to connect people with science on a global scale. As an independent registered charity, the Ri is committed to science education, public engagement, and heritage activities, catering to diverse audiences worldwide. Entering a new strategic phase, the Ri envisions science accessible to all, believing in its transformative power across various aspects of modern life. As advocates for equitable access to science, the Ri bridges the gap between the public and scientists, nurturing curiosity, exploration, and engagement. It serves as a welcoming home for science enthusiasts of all backgrounds. To support this goal Ri has secured PS4.35 million in funding from the Greater London Authority (GLA) for its Footprint Project to reduce the environmental impact of the building. This funding will be the catalyst for a comprehensive retrofit of the building, including the improvement of building plant, services and systems and sensitive enhancement of building fabric. The Footprint Project should serve as a precedent for successfully retrofitting a Grade I listed building to mitigate environmental impact and provide climate resilience. Ri project objectives * Upholding the Institution's core values as expounded in their strategic vision, to ensure openness, equitable access, and wide participation by the public. * Minimise the environmental impact of the organisation. * Conserve and repair the building fabric for future generations. * Chart a course to net-zero emissions, partnering with Imperial College London. * Addressing energy consumption and waste within the organisation. Project scope Proposals have been developed through: * An understanding of the programme and mandatory requirements from the GLA as funder, essentially to ensure 35% reduction in operational carbon and reach an EPC rating of C (from current EPC of G). * A road map to net zero strategy informed by following the energy hierarchy and energy utilisation metrics to ensure the long-term sustainable improvement of the building and how it is experienced and used. * Provision of an holistic, incremental and integrated approach, prioritizing works based upon tangible benefit, where any maladaptation is avoided, and where no works prejudice the successful delivery of those to follow. * Appreciation of the Ri as a working building with constraints around how and when work can be carried-out. In optimising the project scope and ambition with the heritage and immediate GLA funding and key programme drivers, the design team has made recommendations on how the works could be phased. The works are planned to commence as soon as possible after 2nd June 2025 award date and a Listed Building Consent Application has been submitted on 28th February 2025 to enable those works. The Royal Institution will require excessively noisy works and those that will affect the use most of the internal areas to be carried out during a 6 weeks operationally reduced activity period for the Ri commencing on 25th July 25 and ending on 5th September 25. At present the works to be executed during this operationally reduced activity period are as follows :- Builders work (including roof penetrations for ducting) and access hatch Metalwork replacement Balustrades ASHP installation only AHU installation only Steelworks and roof penetration for Louvres Waterproofing/making good of roof Radiators, air curtains replacement including connecting and adapting to existing pipework and cabling Making good works related to new radiators and air curtains to a like for like condition Window films LED Lighting to front of house rooms BMS works Glazed doors and screens Fire stopping and decommissioning gas connection in kitchen Renewing some kitchen equipment (replacing gas appliances with electric) The remaining works that can be completed during the period after the 5th September up to 28th November 25 are currently considered to be as follows :- VrF installation to No. 20 Roof internal insulation ASHP (on roof) connecting to power and commissioning AHU (on roof) connecting to power and commissioning Louvres installation BMS commissioning Directors' Flat works LED lighting to back of house rooms and external areas Tenders will be sought on a fixed price basis. The form of contract will be JCT Standard Form of Building Contract without quantities 2024 with amendments. The contract will also contain some Contractor Design Portions. The timeline for selecting a contractor shall be as follows :- Issue Notice with SQ - 5th March 25 Date for returning SQ - 13th March 25 Reviewing SQs and selection of tenderers - 20th March 25 Issuing ITT to selecting tenderers - 21st March 25 Tender return date (ITT) - 21st April 25 Target contract Award - 2nd June 25 This notice invites contractors to complete and submit the selection questionnaire attached to this notice. This should be returned to D R Nolans & Co ltd via email by 5pm (GMT) on Thursday 13th March 25 as noted above. The SQ includes questions relating to the tenderers business, financial standing, ability to act as Principal Contractor under the Building Safety Act, compliance as well as quality questions. The scoring is indicated on the SQ form. Copies of work in progress Stage 4 drawings prepared by the Architect (BDP), MEP Engineer (Harley Haddow) and Structural Engineer (Price & Myers) attached for information regarding the scope of works. Other principal consultants involved in the projects are Project Managers (Gardiner & Theobald) and Cost Consultant (D R Nolans & Co). The SQs received will be reviewed and scored and a maximum of five contractors will be invited to submit full tenders for the works in accordance with the timings noted above.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKC",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKD",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKF",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKG",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKH",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKI",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 3000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Below threshold - open competition",
        "mainProcurementCategory": "works",
        "specialRegime": [
            "concession"
        ],
        "aboveThreshold": false,
        "submissionMethodDetails": "Contractors are required to return the completed Selection Questionnaire together with further documentation requested therein. These shall be submitted to D R Nolans & Co. Ltd via email to tenders@drnolans.co.uk no later than 5pm on Thursday 13th March 2025",
        "submissionTerms": {
            "electronicSubmissionPolicy": "notAllowed"
        },
        "tenderPeriod": {
            "endDate": "2025-03-13T17:00:00Z"
        },
        "otherRequirements": {
            "reservedParticipation": [
                "smeVcse"
            ],
            "reservedParticipationLocation": {
                "gazetteer": {
                    "scheme": "GB-ONS",
                    "identifiers": [
                        "K02000001"
                    ]
                }
            }
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 3000000,
                    "currency": "GBP"
                },
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-06-02T00:00:00+01:00",
                    "endDate": "2025-11-28T23:59:59Z"
                },
                "hasOptions": true,
                "options": {
                    "description": "In the event that the tenders are lower than the budget or if the further funds become available there may be an opportunity to add further works to be confirmed at ITT stage. These works could amount to PS300,000 including VAT."
                },
                "awardCriteria": {
                    "description": "The selection of contractors invited to tender will be based on the scoring noted in the SQ The ITT main tenders will be scored on the following basis :- Social Value - 10% Price - 50% Quality - 40% Full details of the quality aspects will be included within the ITT"
                }
            }
        ],
        "documents": [
            {
                "id": "A-99",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-99",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "A-100",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-100",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "A-101",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-101",
                "format": "application/pdf"
            },
            {
                "id": "A-102",
                "documentType": "biddingDocuments",
                "url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-102",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "008114-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/008114-2025",
                "datePublished": "2025-03-05T17:20:16Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}