Vous êtes sur la page 1sur 105

Project: Lightning Protection System Installation at Royal Botanic Gardens Kew

RMP 6186

INVITATION TO TENDER

(ITT)
TENDER: Lightning Protection System
Installation at Royal Botanic Gardens Kew

TENDER REFERENCE: RMP 6186

Invitation to Tender Page 1 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

Table of Contents

Section Contents Action

1 Tender Particulars For information

2 Instructions for Submission For information

3 Specification of Requirements For information

Online Technical & Commercial


4 For information
Questionnaire Evaluation Criteria

Appendix Contents Action

A Form of Tender For completion

B Non-Collusive Tendering Certificate For completion

For completion (if


C Commercially Sensitive Information
required)

D Authority‟s Conditions of Contract For information

Invitation to Tender Page 1 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

SECTION 1

TENDER PARTICULARS

Invitation to Tender Page 2 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

SECTION 1: TENDER PARTICULARS


GLOSSARY

Unless the context otherwise requires, the following words and expressions used within this
Invitation to Tender (except Annex 2: Appendix A: JCT Conditions of Contract) shall have
the following meanings (to be interpreted in the singular or plural as the context requires):

TERM MEANING

“Authority” means the the Royal Botanic Gardens, Kew

“e-Tendering System” means the online portal used for conducting this ITT.
“Conditions of means the terms and conditions set out in this ITT relating to
Tender” the submission of a Tender.
means the agreement (as set out in Annex 2: Appendix A: of
“Contract” the ITT) to be entered into by the Authority and the Contractor
following any award under the procurement exercise.
means the successful Tenderer(s) who will be a party to the
“Contractor”
Contract responsible for supplying the goods and/or services
means the background and supporting documents and
“Due Diligence
information provided by the Authority for the purpose of better
Information”
informing the Tenderers‟ responses to this ITT.
means the Environmental Information Regulations 2004 (as
amended) together with any guidance and/or codes of practice
“EIR”
issued by the Information Commissioner or relevant
Government department in relation to such regulations.
means the Freedom of Information Act 2000 (as amended) and
any subordinate legislation made under such Act from time to
“FOIA” time together with any guidance and/or codes of practice
issued by the Information Commissioner or relevant
Government department in relation to such legislation.
means this invitation to tender document and all related
“Invitation to Tender” documents published by the Authority and made available to
or “ITT” Tenderers and includes the Due Diligence Information.
“Tender means a Tenderer‟s formal offer in response to this ITT.
Response(s)”, or “ITT
Response”
“Tenderers” means the organisations being invited to respond to this ITT.

Invitation to Tender Page 3 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

1. GENERAL

1.1 The Authority is seeking to procure a Contractor for the installation of Lightening
Protection Systems at Royal Botanic Gardens Kew (RBG Kew).

1.2 The Authority is using an e-Tendering System for this procurement exercise. The ITT
is only available in electronic form which can be accessed via your web browser.

1.3 Tenderers are required to complete the Online Technical Questionnaire (Technical
Questionnaire tab at the left hand side of the screen) in accordance with Section 1
(Tender Particulars), Section 2 (Instructions for Submission), Section 3 (Specification
of Requirements) and Section 4 (Online Technical & Commercial Questionnaire
Evaluation Criteria) – these documents are located in the “Attachments” tab at the left
hand side of the screen.

1.4 The information contained in the ITT is designed to ensure that a completed Tender
Response is given equal and fair consideration. It is important that Tenderers provide
all the information asked for in the format and order specified.

1.5 Tenderers should read the ITT carefully before submitting a Tender Response. Failure
to comply with the instructions for completion and submission of a Tender Response
will result in elimination from the procurement exercise. Tenderers are advised to
acquaint themselves fully with the extent and nature of the goods and/or services in
Section 3 (Specification of Requirements) and contractual obligations. These
instructions constitute the Conditions of Tender. Participation in this procurement
exercise automatically signals that the Tenderer accepts these Conditions.

2. PROPOSED TIMETABLE AND ADMINISTRATIVE ARRANGEMENTS

Issue ITT Tuesday 21st February 2012


Site visit for risk assessment Monday 27th February 2012
Deadline for clarification
12:00 noon on Thursday 22nd March 2012
questions from Tenderers
Deadline for Tender Responses 12:00 noon on Monday 2nd April 2012
Evaluation of Tenders 3rd - 19th April 2012
Presentation & Q&A Friday 20th April 2012
Contract award Wednesday 9th May 2012
Contract start date Monday 21st May 2012

The proposed timetable is only a guideline. The Authority reserves the right to make
any changes it deems necessary to the proposed timetable. All times are in GMT.

3. LOTS

3.1. This procurement exercise is not divided into Lots.

4. CONDITIONS APPLYING TO THIS ITT

4.1. Unless stated otherwise in this ITT or in writing from the Authority, all communications
from Tenderers (including Tenderers sub-contractors, consortium members,

Invitation to Tender Page 4 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

consultants and advisers) during the period of this procurement exercise must be
undertaken using the messaging portal on the e-Tendering System.

Enquiries and Communication relating to this ITT

4.2. Any request for clarification about the requirement or procurement exercise should be
submitted at the earliest opportunity via the secure messaging portal in the Authority‟s
e-Tendering System and in any event no later than the deadline for clarification
questions. No further questions will be accepted after the clarification question
deadline. Please see paragraph 2 for the timetable.

4.3. If the Authority considers any request for clarification to be of significance to other
Tenderers, the Authority will circulate on a regular basis the clarification together with
the Authority‟s response (but not the source of the clarification) to all Tenderers that
have expressed an interest in this ITT.

4.4. Where a Tenderer believes that a request for clarification is commercially sensitive e.g.
where disclosure of such clarification and the response would or would be likely to
prejudice its commercial interests, the Tenderer should clearly indicate that the
clarification is commercially sensitive. However, if the Authority at its sole discretion
does not consider that the clarification is (a) commercially confidential in nature or (b)
that all Tenderers would potentially benefit from seeing together with the Authority‟s
response, the Authority will:

a) invite the Tenderer submitting the clarification either to declassify the clarification
and allow the clarification along with the Authority‟s response to be circulated to
all Tenderers; or

b) request the Tenderer, if the Tenderer still considers the query to be commercially
sensitive, to withdraw the query.

4.5. The Authority reserves the right not to respond to a request for clarification or to
circulate such a request where it considers that the answer to that clarification would or
would be likely to prejudice the Authority‟s commercial interests. In such
circumstances, the Authority will inform the relevant Tenderer.

4.6. The Authority will not consider any request for clarification made or submitted by any
other means except via the secure messaging portal in the Authority‟s e-Tendering
System. Unless otherwise stated, enquiries by email, fax, telephone or verbal
enquiries will NOT be accepted nor responded too.

4.7. The Authority will endeavour to respond to all clarifications as quickly as possible but
cannot guarantee a minimum response time.

Alterations to the ITT

4.8. The format and/or wording of the ITT must not be changed by Tenderers.

4.9. Tenderers may modify their Tender Response prior to the deadline for receipt of
Tender Responses via the Authority‟s e-Tendering System. No Tender Response may
be modified after the deadline for receipt of Tender Responses.

4.10. Tenderers may withdraw their Tender Response at any time prior to the deadline for
receipt of Tender Responses or any other time prior to accepting the offer of a contract
Invitation to Tender Page 5 of 105
v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

by submitting a notice via the Authority‟s e-Tendering System. Notwithstanding,


Tender Responses shall remain valid for 120 days from the closing date for receipt of
Tender Response.

Receipt of Tender Response

4.11. Tender Responses must be uploaded on the Authority‟s e-tendering system up to the
time and date set out in the proposed timetable in paragraph 2 above. Tender
Responses received before that deadline will remain unopened until that deadline or
such time thereafter when all Tender Responses will be opened. The Authority will not
consider Tender Responses received after the deadline.

Acceptance of Tender Responses

4.12. By issuing this ITT, communicating with a Tenderer or a Tenderer‟s representative or


agents or any other communication in respect of this procurement exercise, the
Authority shall not be bound to accept any Tender Response. The Authority reserves
the right not to award a Contract for some or all of the goods and/or services for which
Tender Responses are invited.

Conditions of Tendering

4.13. In submitting a Tender Responses, a Tenderer undertakes that in the event of their
Tender Response being accepted by the Authority and the Authority confirming in
writing such acceptance to the Tenderer, the Tenderer will, upon being called to do so
by the Authority execute the Contract in the form set out in Annex 2, Appendix A of this
ITT. Proposed amendments will not be accepted.

Costs of Tendering

4.14. Tenderers shall bear all their own costs and expenses incurred in the preparation and
submission of their Tender Response and the Authority will in no case be responsible
or liable for those costs, regardless of the outcome in relation to individual Tender
Responses.

4.15. The Authority reserves the right to cancel the procurement exercise at any point. The
Authority will accept no liability for any losses caused by neither any cancellation of
this procurement exercise nor any decision not to award a Contract as a result of the
procurement exercise.

Mandatory Requirements

4.16. The ITT includes mandatory requirements. The classification of a requirement as


mandatory gives an indication of the significance attached to that requirement relative
to any other requirement. It is important that Tenderers read these carefully and
demonstrate compliance with these requirements. Failure to comply with any
applicable mandatory requirements will result in exclusion from the
procurement exercise.

Documentation

4.17. Tenderers are expected to examine all instructions, questions, forms, terms and
specification in the ITT and check they are complete in all respects.

Invitation to Tender Page 6 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

4.18. Tenderers should notify the Authority promptly of any perceived ambiguity,
inconsistency, or omission in this ITT, any of its associated documents and/or any
other documentation issued to them during the procurement exercise.

4.19. Tender Responses must contain sufficient information to enable the Authority to
evaluate accurately any proposed solution. Tenderers are requested to answer all the
questions raised and provide all information in the order requested.

4.20. Tenderers are responsible for ensuring that they have submitted a complete and
accurate Tender Response and that prices quoted are arithmetically correct for the
units stated.

4.21. Tenderers‟ must analyse and review information provided. Consequently, Tenderers
are solely responsible for obtaining the information which they consider necessary in
order to make decisions regarding the content of their Tender Response and to
undertake any investigations they consider necessary in order to verify any information
provided to them during the procurement exercise.

Qualifications

4.22. The Authority reserves the right to discuss, for the purpose of clarification, any aspect
of a Tender Response with the relevant Tenderer prior to the award of the Contract.

4.23. At any time prior to the deadline for receipt of Tender Responses, the Authority may
amend the ITT. Any such amendment will be notified in writing to all prospective
Tenderers. In order to give prospective Tenderers reasonable time in which to take the
amendment into account in preparing their Tender Responses, the Authority may, at
its discretion, extend the deadline for receipt of Tender Responses.

Variants Tenders

4.24. The Authority will not consider a variant Tender Response and Tenderers must submit
a Tender Response in accordance with the Online Technical & Commercial
Questionnaire Evaluation Criteria (Section 4).

No agreement

4.25. Tenderers are further advised that nothing herein or in any other communication made
between the Authority and any other party, or any part thereof, shall be taken as
constituting a contract, agreement or representation between the Authority and any
other party (save for a formal award of contract made in writing) nor shall they be
taken as constituting a contract, agreement or representation that a contract shall be
offered in accordance herewith or not at all.

Confidentiality

4.26. The contents of this ITT and of any other documentation are accessed by the Tenderer
in respect of this procurement exercise and are provided on the basis that they remain
the property of the Authority. Tenderers shall take all necessary precautions to ensure
that all confidential information is treated as such and not disclosed (save as described
above) or used other than for the purpose of this procurement exercise by the
Tenderer.

Invitation to Tender Page 7 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

4.27. If any Tenderer is unable or unwilling to comply with the requirement set out in
paragraph 4.26 above, the Tenderer is required to log onto the Authority‟s e-Tendering
System and reject the ITT and all associated documents immediately and not to retain
any electronic or paper copies.

4.28. No Tenderer will undertake any publicity activities with any part of the media in relation
to this ITT without the prior written agreement of the Authority, including agreement on
the format and content of any publicity.

Freedom of Information

4.29. In accordance with the obligations and duties placed upon public authorities by the
FOIA, the Authority may, acting in accordance with the Secretary of State‟s Code of
Practice under the FOIA or the EIR, be required to disclose information submitted to
the Authority by the Tenderer.

4.30. In respect of any information submitted by a Tenderer that it considers to be


commercially sensitive (meaning it could reasonably cause prejudice to the Tenderer if
disclosed to a third party) the Tenderer should indicate the following at Appendix D of
this ITT:

a) clearly identify such information as commercially sensitive;

b) explain the potential implications of disclosure of such information;


and

c) provide an estimate of the period of time during which the Tenderer


believes that such information will remain commercially sensitive.

4.31. Where a Tenderer identifies information as commercially sensitive, the Authority will
endeavour to maintain confidentiality of that information. Tenderers should note,
however, that even where information is identified as commercially sensitive, the
Authority may be required to disclose such information in accordance with the FOIA or
the EIR. In particular, the Authority is required to form an independent judgment
concerning whether the information is exempt from disclosure under the FOIA or the
EIR and whether the public interest favours disclosure or not. Accordingly, the
Authority cannot guarantee that any information marked “confidential” or “commercially
sensitive” will not be disclosed.

4.32. The Authority will not be held liable for any loss or prejudice caused by the disclosure
of information that:

a) has not been clearly marked commercially sensitive; or

b) does not fall into a category of information that is exempt from disclosure
under the FOIA or EIR; and;

c) in cases where there is no absolute statutory duty to withhold information,


then notwithstanding the previous paragraphs, in circumstances where it
is in the public interest to disclose any such information.

4.33. Where a Tenderer receives a request for information relating to this procurement
exercise under the FOIA or the EIR during the procurement exercise, this should be

Invitation to Tender Page 8 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

immediately passed on to the Authority and the Tenderer should not attempt to answer
the request without first consulting with the Authority.

Disclaimers

4.34. Whilst the information in this ITT and any Due Diligence Information and supporting
documents, have been prepared in good faith, this ITT does not purport to be
comprehensive, nor has it been independently verified.

4.35. Neither the Authority nor its respective advisors, directors, officers, members, partners,
employees, other staff or agents:
a) makes any representation or warranty (express or implied) as to the accuracy,
reasonableness or completeness of the ITT; or

b) accepts any responsibility for the information contained in the ITT or for the
fairness, accuracy or completeness of that information nor shall any of them be
liable for any loss or damage (other than in respect of fraudulent
misrepresentation) arising as a result of reliance on such information or any
subsequent communication.

4.36. Any person considering making a decision to enter into contractual relationships with
the Authority following receipt of the ITT should make their own investigations and own
independent assessment of the Authority, and its requirements for the goods and/or
services and should seek their own professional financial and legal advice. For the
avoidance of doubt, the request for clarification or further information in relation to the
ITT or any other associated documents is only authorised to be provided following a
query made in accordance with paragraphs 4.4 and 4.7.

Canvassing

4.37. Any Tenderer who directly or indirectly canvasses any officer, member, employee, or
agent of the Authority or its members or any other relevant body or any of its officers or
members concerning the Contract or who directly or indirectly obtains or attempts to
obtain information from any such officer, member, employee or agent concerning any
other Tenderer, Tender Response or proposed Tender Response will be disqualified
from this procurement exercise.

Additional Information

4.38. The Tenderer shall ensure that each and every sub-contractor, consortium member
and adviser abides by the terms of these instructions and the Conditions of Tender.

4.39. The Authority reserves the right to amend, add to or withdraw all or any part of this ITT
at any time during the procurement exercise.

4.40. The Tenderer shall not make contact with any other employee, agent or consultant of
the Authority who is in any way connected with this procurement exercise during the
period of this procurement exercise, unless instructed otherwise by the Authority.

4.41. All material issued in connection with this ITT shall remain the property of the Authority
and/or as applicable any other relevant body and shall be used only for the purpose of
this procurement exercise. All background and supporting documentation and Due
Diligence Information provided by the Authority for the purpose of better informing
Invitation to Tender Page 9 of 105
v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

Tenderers‟ responses to this ITT shall be securely destroyed by the Tenderer (at the
Authority‟s option) at the conclusion of the procurement exercise.

4.42. The ITT is issued on the basis that nothing contained in it shall constitute an
inducement or incentive nor shall have in any other way persuaded a Tenderer to
submit a Tender Response or enter into any other contractual agreement.

4.43. The Authority will disqualify a Tenderer where the Tenderer fails to comply fully with
the requirements of this ITT or is guilty of a serious misrepresentation in supplying any
information required in this document.

4.44. The Authority reserves the right to:

a) reject a Tender Response where there is a change of identify, control, financial


standing or other factor impacting on the evaluation process affecting the
Tenderer; and/or
b) require a Tenderer to clarify its Tender Response in writing and/or provide
additional information; and failure to respond adequately will result in the Tender
Response being rejected; and/or
c) Revisit information contained in Tender Responses at any time to take account of
subsequent changes to Tenderers‟ circumstances. At any point during the
procurement exercise, the Authority may require Tenderers to certify there has
been no material change to information submitted in Tender Response. If
Tenderers are unable to certify that there has not been a material change, the
Authority reserves the right to eliminate the Tenderer from the procurement
exercise.

4.45. Tenderers are deemed to fully understand the processes that the Authority is required
to follow under relevant European and UK legislation, particularly in relation to the
Regulations. Compliance with all relevant legislation is required during the
procurement exercise and the term of any resultant Contract.

Consortia and Sub Contracting

4.46. Where a consortium or sub-contracting approach is proposed, Tenderers are required


to complete the relevant questions in Section A (Organisation) in the Online Technical
Questionnaire on the e-Tendering System.

4.47. Relevant information should be provided in your Tender Response in respect of the
consortium member or members who will play a significant role in the delivery of the
requirement. Tender Responses must enable the Authority to assess the overall
consortia or core supply base.

4.48. Where the members of the consortium change at any time during the procurement
exercise, the Tenderer should inform the Authority immediately in writing. In such
circumstances, the Authority reserves the right to take such action, including excluding
the consortium from participation in the procurement exercise, where the change in
membership is material in the sense that had it been made earlier it would have
affected the Authority‟s evaluation of the Tender Response.

4.49. The consortium may be required to form a legal entity which will enter into the resulting
Contract.

Invitation to Tender Page 10 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

TUPE

4.50. Your attention is drawn to the Transfer of Undertakings (Protection of Employment)


Regulations 2006 (TUPE). It is the responsibility of Tenderers to determine whether or
not TUPE applies to this procurement exercise. Notwithstanding this, Tenderers will
note that it is the Authority‟s view that TUPE is not likely to be applicable if this
procurement exercise results in a contract award, although the Authority is not liable
for the opinion expressed. In these circumstances the Authority will wish to satisfy itself
that Tender Responses are responsibly based and take full account of your likely
TUPE obligations.

4.51. If Tenderers have a contrary view to that of the Authority on the applicability of TUPE,
it would be helpful if Tenderers would advise the Authority, giving reasons, prior to the
deadline for receipt of Tender Response.

Submission of Tenders

4.52. Tender Responses must comprise all of the following documents completed in full:

a) Form of Tender (Appendix A of this ITT);


b) Non-Collusive Tendering Certificate (Appendix B of this ITT);
c) Online Technical Questionnaire; and
d) Online Commercial Questionnaire.

4.53. The Form of Tender and Non-Collusive Tendering Certificate should be sent by either
registered post, recorded delivery, DX, Datapost or delivered by hand. If delivered by
hand the person/organisation delivering the documents must leave those documents
at the Authority‟s reception at the address in paragraph 4.55 below.

4.54. The Online Technical & Commercial Questionnaire should be submitted via the e-
Tendering System no later than the deadline for receipt of Tender Response. Please
see paragraph 2 for the timetable.

4.55. The Form of Tender and Non-collusive Tendering Certificate should be marked and
addressed as set out below. Envelopes and packaging containing the Form of Tender
and the Non-Collusive Tendering Certificate should bear no external indication of the
sender‟s identity:

DO NOT OPEN UNTIL THE 2ND APRIL 2012 AT 12:00 GMT

Restricted – Commercial: Lightning Protection System Installation


c/o Errol Hammond
Procurement Advisor
Department for Environment, Food and Rural Affairs
Procurement and Commercial Function (PCF)
Nobel House
17 Smith Square
London, SW1P 3JR

4.56. The Form of Tender and Non-Collusive Tendering Certificate must arrive at the
address in paragraph 4.55 above no later than the deadline for receipt of Tender
Response. These documents, if submitted after the deadline for receipt of Tender
Response or by fax or e-mail will not be accepted and the Tender Response shall be
deemed non-compliant.
Invitation to Tender Page 11 of 105
v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

4.57. Tenderers must answer the questions in the Online Technical Questionnaire without
reference to general marketing or promotional information/material. Publicity brochures
will not be accepted as answers to questions. Tenderers should not make reference to
answers used in previous questions but should repeat the information if necessary.

4.58. Tenderers must be explicit and comprehensive in their Tender Response as this will
be the single source of information on which Tender Responses will be scored and
ranked. Tenderers are advised neither to make any assumptions about any past or
current supplier relationships with the Authority nor to assume that such prior business
relationships will be taken into account in the evaluation process.

4.59. Where a length of response is stipulated, only the information within the set limit will be
evaluated. Additional information will not be evaluated and therefore should not be
supplied. The Authority will only take account of information which is specifically asked
for in the ITT.

4.60. Failure to provide the information required or particulars for the relevant question(s) or
supply documentation referred to in the Tender Response within the specified
timescale will result in elimination from the procurement exercise.

4.61. The Tender Response and any documents accompanying it must be in the English
language and must be submitted in numerical order to match the Online Technical
Questionnaire.

4.62. Tender Responses will be checked for completeness and compliance with the
Conditions of Tender and only compliant Tender Responses will be evaluated. Non-
compliant Tender Responses will be eliminated from the procurement exercise.

Site visits

4.63. The Authority will undertake a site visit as part of this procurement exercise. The visit
will take place in accordance with the timetable in paragraph 2 above. The visit will
consist of an opportunity to visit the Kew Gardens site, with an initial introductory walk
around the site accompanied by a RBGK representative where the Tenderes will visit
the 8 priority buildings and gain an overview of the site & other buildings requirements
generally. Questions and answers sessions will be held and distributed to all tenderers
thereafter.

Interview and Q&A

4.64. The Authority will undertake a presentation and Q&A session as part of this
procurement exercise. The presentation and Q&A session will take place in
accordance with the timetable in paragraph 2 above. Please refer to Question E16 in
Section 4E: Technical and Professional ability for further information.

Pricing

4.65. Prices and any financial data provided must be submitted in £ Sterling, exclusive of
VAT. Where official documents include financial data in a foreign currency, a sterling
equivalent must be provided.

4.66. Tenderers must complete the Online Commercial Questionnaire via the Authority‟s e-
Tendering System.
Invitation to Tender Page 12 of 105
v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

4.67. The Contract will be awarded as follows: a fixed price for the 8 priority buildings, which
will be paid according to the deliverables as stated in the Specification of
Requirements (Section 3), plus a schedule of rates which will be used to cost the LPS
works for the remaining buildings requirements and deliverables stated in the
Specification of Requirements (Section 3).

4.68. The Online Commercial Questionnaire is the minimum level of pricing information
required for the Tender Response. The Authority reserves the right to request detailed
breakdown of any Tender Response.

Notification of Award

4.69. The Authority will notify successful and unsuccessful Tenderers in writing.

Debriefing

4.70. Following a decision to award the Contract, the Authority will provide reasons for its
decision in an award notification letter to Tenderers.

Contract Management

4.71. The Authority intends to discuss and agree contract management with the successful
Tenderer, detailing how the Contract is to be managed effectively by the parties.

5. Contract Period

5.1. The contract period will be for 2 years and 1 month, with an option to extend should
the need arise

6. Procurement transparency

6.1. Tenderers should note that the Government has set out the need for greater
transparency in public sector procurement.

6.2. Tenderers and those organisations submitting a Tender Response should be aware
that if they are awarded a Contract, the tender documents and any resulting Contract
between the Tenderer and the Authority will be published on the
https://online.businesslink.gov.uk/bdotg/action/BGAuthenticate?site=1000 website. In
some circumstances, limited redactions will be made to some contracts before they
are published in order to comply with existing law and for the protection of national
security.

7. Tender Evaluation

7.1. The Authority will use the evaluation criteria below to determine which Tender
Response is the most economically advantageous and will award the Contract to that
Tenderer. Tender Responses will be evaluated on both technical merit and price.

7.2. To ensure the relative importance of both criteria are correctly reflected in the overall
score, a weighting system has been applied to the evaluation process. Technical merit
score will be weighted and will form 70% of the final score and commercial will form
30% of the final score.

Invitation to Tender Page 13 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

7.3. The evaluation criteria for all stages below are set out in full in Section 4 (Online
Technical & Commercial Questionnaire Evaluation Criteria) of this ITT.

7.4. The evaluation process will comprise the successive stages as follows:

Stage of Section Reference Evaluation Criteria Question Weighting


evaluation (%)
process
Stage 1 Form of Tender and Both certificates must be Pass/Fail
Non-Collusive returned in hard copy,
Tendering Certificate completed, signed and
dated for a „pass‟.

A „fail‟ will result in


elimination from this
procurement exercise

Stage 2 Section A - All information requested Not scored


Organisation (Online must be provided.
Technical
Questionnaire) Not scored but failure to
provide all information will
result in a „fail‟ and
elimination from the
procurement exercise.
Stage 3 Section B - Grounds Both sections must be Pass/Fail.
for Disqualification completed.
(Online Technical
Questionnaire) Failure on mandatory
grounds will result in
elimination from this
procurement exercise.

Failure on discretionary
grounds may result in
elimination from this
procurement exercise.
Stage 5 Section D - Financial & Financial information is Pass/Fail
Economic Standing assessed to determine the
(Online Technical economic and financial
Questionnaire) standing of the
organisation.

A „fail‟ will result in


elimination from this
procurement exercise.

Stage 6 Section E - Technical & This section will be  E01: Project Team
Professional Ability – evaluated in accordance and Reporting
Project Specific with criteria at Section 4. (2.04%)
Requirements) (Online
Technical  E02: Project Team
Questionnaire) and CV‟s (6.12%)
Invitation to Tender Page 14 of 105
v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

 E03: Programme
(4.08%)
 E04: Project Risks
and Key Activities
(2.04%)
 E05: Risk
assessments for
1st phase Priority
Buildings to BSEN
62305 (8.16%)
 E06: Plan Layouts
for 1st phase
Priority Buildings to
BSEN 62305
(8.16%)
 E07: Lightning
Protection system
approach for each
of the 1st Priority
Buildings (4.08%)
 E08: Your builders
work approach and
electrical measures
(4.08%)
 E09: Approach to
“Listed” Buildings &
monument status
(2.04%)
 E10: Sustainability
and Recycling
(2.04%)
 E11: Lightning
Protection Systems
Approach for
remaining priority
Building types
(4.08%)
 E12: Risk
categories review
and protection
measure quantities
for remaining
priority Building
groupings (4.08%)
 E13: Schedule of
quantities of
lighting protection
system elements

Invitation to Tender Page 15 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

for each 1st priority


building (6.12%)
 E14: Schedule of
types of lighting
protection system
elements for
remaining priority
buildings (4.08%)
 E15: Health &
Safety (2.04%)
 E16: Presentation
(6.80%)
Total Marks = 70% of
the final score

Stage 7 Online Commercial Prices will be evaluated in Score comprises 30%


Questionnaire accordance with criteria at of the final score
Section 4.
Total marks 30%
broken down as
follows:

15% for Part 1 (sum


total of the costs for
the 8 priority buildings)

Plus

15% for Part 2 (sum


total of the costs for
the Schedule of rates)

Stage 8 Final score Tenderers who pass (stages 1-5) will be taken
through to stages 6 to 7 for evaluation.

The final score is calculated as follows:


70% is made up of the total of Stage 6
30% is made up from Stage 7

The most economically advantageous tender will be


the Tender Response with the highest final score.

7.5. The evaluation panel will comprise members of the Project Management team
employed by RGB Kew and members of the Procurement and Commercial Function
(PCF) from Defra.

7.6. The evaluation panel will agree either a pass/fail or a score of 0, 1, 2 or 3 (where 3 is
the highest score) for questions for which these scores are available. The Tender
evaluation panel will undertake independent evaluation of Tender Responses.
Invitation to Tender Page 16 of 105
v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

Thereafter, a moderation meeting will be held at which time the evaluation panel will
reach a consensus score for questions for which scores are available. Detailed scoring
criteria relating to each score is provided with each question in Section 4 (Online
Technical & Commercial Questionnaire Evaluation Criteria) of this ITT.

Online Technical Questionnaire Evaluation

7.7. Each scoring question is given a weighting to indicate the relative importance of that
issue in the overall evaluation. Weightings are provided with the evaluation criteria in
Section 4 of this ITT for each question in the Online Technical Questionnaire.

Essential Information

7.8. Tenderers‟ attention is drawn to Online Technical Questionnaire Section F (Essential


Information). Tenderers must complete this section and submit with the Tender
Response. The information provided will not be shown to the evaluation panel. This
section will not be scored and will form no part of the Tender Response
evaluation. The information collected may be used by the Authority to form the
baseline for statistical reports for monitoring purposes to inform central Government
department policy.

Invitation to Tender Page 17 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

SECTION 2

INSTRUCTIONS FOR SUBMISSION

Invitation to Tender Page 18 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

SECTION 2: INSTRUCTIONS FOR SUBMISSION VIA THE E-TENDERING SYSTEM

Step 1: Download the files and set up additional users

1.1 Before Tenderers consider responding to this ITT, please ensure that all the relevant
files relating to this ITT are downloaded and read. All files are important and contain
information which may have a considerable bearing on the success of the Tender
Response.

1.2 Any information from the Authority relating to this ITT will be sent by email to the main
contact who expressed an interest in the ITT on behalf of the Tenderer. If information
is to be sent to additional users, please access the User Rights area on the left hand
side of the main screen to enable additional users to receive messages.

1.3 To allow additional people to have access to the ITT, please refer to the user
management link on the main page to add additional users.

To download files

1.4 Click on the bold ITT title. This will open up an overview of the ITT detailing the
deadline for receipt of Tender Response and description of the ITT.

1.5 Click on the “Attachments” tab on the left hand side of the screen. The number in
brackets (...) refers to the number of documents relating to the ITT.

1.6 To download an attachment, click on the bold and underlined filename. There is an
option to “Open, Save or Cancel”. For documents which have to be completed and
returned to the Authority, please select “Save” and choose a suitable location to store
the file.

1.7 This action can be repeated above for each document to download and save. To
download and save more than one document it may be easier to use the mass
download instructions as seen below.

1.8 If there are more than 10 documents to download, flick through the pages on the
screen by clicking onto the next page icon (>>).

Mass download

1.9 Click on the mass download option in the attachments tab on the left hand side of the
screen.

1.10 Click on the files selected to download and press confirm. Choose a suitable location
to save the files on your PC, USB, floppy disk or DVD.

1.11 To carry out the mass download, the Java Virtual Machine (JVM) software must be
installed on the Tenderers PC. This can be installed by obtaining a free download from
the Internet.

1.12 To submit a Tender Response, please use the e-Tendering System to upload Tender
Response files.
Invitation to Tender Page 19 of 105
v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

1.13 Tenderers must confirm via the secure messaging feature within the Authority‟s e-
Tendering System that they have downloaded, read and understood all attachments
that form part of the ITT. This is available under the “Qualifications” tab on the left
hand side of the screen.

Draft response on the screen

1.14 Tenderers can also respond to the ITT by simply answering questions directly on the
screen. Tenderers must not forget to save their answers.

Step 2: Decide if You Should Respond

1.15 Tenderers should read all the information contained within the ITT carefully. This will
help Tenderers decide if they wish to submit a Tender Response. Tenderers are
advised to acquaint themselves fully with the instructions and nature of the services in
Specification of Requirements (Section 3).

1.16 If Tenderers do not wish to submit a Tender Response, simply log onto the Authority‟s
e-Tendering System and reject the ITT.

Step 3: Read the ITT Carefully

1.17 Tenderers should read the ITT carefully before submitting a Tender Response. Failure
to comply with the instructions will result in rejection from the procurement exercise.

Step 4: Prepare your Tender Response

Format of electronic supplementary documents

1.18 Supplementary documents should be submitted in the form of electronic files.

1.19 If Tenderers have any doubts about the format or software they intend to use for their
documents, they should contact the Authority using the secure messaging facility on
the e-Tendering System.

1.20 It is strongly recommended that Tenderers upload documents in MS Office™ Word for
non financial responses and MS Office™ Excel for financial data if required although
other document formats are supported. Tenderers should note that files uploaded by
the Tenderer will be maintained in an un-altered state on the system.

Portable Document Format (PDF)

1.21 Adobe‟s PDF format has historically been used by Tenderers because it gives full
control of formatting and has the advantage of being „lockable‟. The e-Tendering
System prevents the Authority from changing files submitted by Tenderers. This
should allay Tenderer‟s fears about document security.

Invitation to Tender Page 20 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

Other file formats

1.22 Tenderers are advised to check with the e-Tendering System helpline before
submitting a Tender Response in uncommon formats.

File naming

1.23 All files submitted by Tenderers will be displayed in alphabetical order, with no folder
structure. The file name required will be notified in each question of the Online
Technical Questionnaire. Tenderers must name each file based on the question
reference for example:

[EO1_Core Business]

1.24 File extensions should be maintained as per the relevant applications default i.e.
Microsoft Word documents should have a file extension of .doc.

Important notes

1.25 Tenderers should regard 2Mb as the practical working limit for any individual file. Files
less than 1Mb will be displayed reasonably quickly – bigger file sizes will create a
delay.

1.26 File names should be restricted to 100 characters as a maximum. A file name of less
than 60 characters will be visible for its entire length when displayed on most computer
monitors.

Step 5: Ensure your Tender Response is Complete

1.27 Tenderers should ensure all questions have been answered and all supplementary
document(s) have been uploaded prior to submitting their Tender Response. Failure to
complete questions or provide evidence will result in elimination from the procurement
exercise.

Step 6: Upload Your Tender Response

1.28 Tender Responses, including any supplementary documents should be submitted via
the Authority‟s e-Tendering System by the deadline for receipt of Tender Response.
Tender Responses submitted after the deadline will not be considered.

1.29 Unless otherwise stated, the Authority will not consider Tender Responses uploaded
or submitted by any other means other than via the Authority‟s e-Tendering System.

1.30 After uploading a Tender Response (including any saved uploads), Tenderers must
publish their Tender Response.

1.31 After Tenderers have published their Tender Response, Tenderers will receive a
confirmation email. If Tenderers do not receive a confirmation email within an hour of
Invitation to Tender Page 21 of 105
v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

publishing their Tender Response, it is possible that the Tender Response has not
been published. Tenderers are strongly advised to contact the Authority‟s e-Tendering
System helpdesk immediately.

1.32 The Authority‟s e-Tendering System will always send a confirmation email when
Tenderers have successfully published their Tender Response.

Amendments to Tender Response

1.33 Tenderers can modify a published Tender Response prior to the deadline for receipt of
Tender Response. Tenderers will not be able to amend and/or upload documents after
the deadline. Tenderers can amend their Tender Response be selecting the “Edit
Response” button. The Authority‟s e-Tendering System will automatically direct
Tenderers to re-publish their Tender Response.

1.34 Tenderers may withdraw a published Tender Response prior to the deadline for receipt
of Tender Responses. Tenderers should click on their Tender Response on the e-
Tendering System and select the “Delete Response” button.

1.35 Tenderers will be notified if the Authority publishes any information relating to the
procurement exercise prior to the deadline for receipt of Tender Response. If
Tenderers have already published their Tender Response, the Authority‟s e-Tendering
System will automatically unpublish their Tender Response. Tenderers must review
and amend their Tender Response, if appropriate, and re-publish their Tender
Response.

1.36 Tenderers will be notified if the Authority responds to a request for clarification from a
Tenderer (prior to the deadline for receipt of Tender Response) after Tenderers
publish their Tender Response. If this happens, the Authority‟s e-Tendering System
will not automatically unpublish the Tender Response. It is Tenderers responsibility
to ensure that the clarification and any response from the Authority do not have an
impact on the Tender Response. If Tenderers need to, they should modify their Tender
Response, in accordance with the instructions in paragraph 1.33 above.

Contact point

1.37 The Authority reserves the right to seek clarification of Tender Responses. Tenderers
must provide up to two nominated points of contact in their organisation for this
purpose. The Authority is not responsible for contacting the Tenderer through any
route other than via the nominated contacts. Tenderers must notify the Authority
promptly of any change to the point of contact.

Further Assistance

1.38 For further assistance in using the Authority‟s e-Tendering System email:
help@bravosolution.co.uk or alternatively call the helpline on 0800 368 4850. Please
note that enquiries relating to this ITT should be routed through the messaging portal
on the Authority‟s e-Tendering System.

Invitation to Tender Page 22 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

SECTION 3

SPECIFICATION OF REQUIREMENT
(SoR)

Invitation to Tender Page 23 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

SECTION 3: SPECIFICATION OF REQUIREMENTS

Section 3 of this ITT sets out the requirement for which the Authority invites Tenderers to
submit Tender Response.

Glossary of Terms

Acronym Meaning
BSEN British Standard European Norm
BWIC Builders Work In Connection
c/w complete with
CDM Construction Design Management (Regulations)
CSA Cross Sectional Area (of cable)
D.Bd Distribution Board
DC Down Conductor
EEC European Economic Community
EH English Heritage
ELV Extra Low Voltage (Electronic system)
ESP Electronic Surge Protector (device)
LBR London Borough of Richmond
LPS Lightning Protection Services
M and E Mechanical and Electrical
MEWP Mobile access platform
o.e.a Or Equal and Approved (by the Employers agent)
RBGK Royal Botanic Gardens Kew
RWP Rain Water Pipe

1. PARTICULAR REQUIREMENTS

1.1 AUTHORITY BACKGROUND - LIGHTNING PROTECTION SERVICES SCOPE OF WORKS

Introduction to Royal Botanic Gardens Kew (RBGK):

The Royal Botanic Gardens at Kew (RBGK) is one of the world‟s leading botanic
gardens and covers an area of 300 acres (121 hectares). Whilst the RBGK is
best known for its Botanic Gardens, the Estate also contains over 40 listed
buildings, two scheduled ancient monuments and numerous unique glasshouses
and historic follies as well as a number of contemporary and innovative modern
structures, such as the Davies Alpine House, Sackler crossing and Xstrata
Treetop Walkway.

Lightning Protection Services (LPS) Scope of Works:

There are 89 buildings at RBGK that require lightning protection services (LPS)
works as a priority – either “physical” building lightning protection and/or
“electronic” lightning surge protection. The LPS works for these buildings have

Invitation to Tender Page 24 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

been put into “priority works groups”, to be addressed in phases as part of the
RBGK capital works programme, as detailed in this tender works package.

 Phase 1: 8 buildings have been selected as the most urgent and “priority
1/1b grouping”,
 Phase 2: 23 buildings fall into the priority 2 grouping (see sub-paragraph
1.2.2, table 2)
 Phase 3: 50 buildings fall into the priority 3, 4 and 5 groupings (see sub-
paragraph 1.2.2, tables 3, and 5).

(See also sub-paragraph 1.2.1 for overview of works and methodology)

The key priority buildings being provided with retrofitted LPS provision as
scheduled as part of these works cover the following building types at the RBGK,
the highest priority type listed first:-

 the main attractions visited by public (including Grade 1 / 2 Listed


buildings),
 the staff offices / residential (also including the Grade 1 / 2 listed),
 the attractions and offices that perhaps only need LPS surge protection
adding,
 the electrical supply buildings and Boiler houses feeding important RBGK
areas,
 Grade 2 monuments / gateways themselves (many being unoccupied),
 Flammable liquids store, Oil storage.

The smaller yard base offices, etc are currently considered as a lower risk tier
level to the other estate retrofit requirement summarised above and do not form
part of this LPS works programme tender.

At the completion of these Phased LPS Priority works, as defined in this tender
contact works package (Phase 1 priority 1‟s, then Phase 2 priority 2‟s, followed
by Phase 3 priority 3, 4 and 5‟s), the RBGK Business – their Buildings,
Monuments, Public and Staff will then be suitably protected against the risk and
effects of Lightning Strike and damage, as best practice to the recommendations
of the current edition of the recognised standard for Physical and Electronic
Lightning protection (LPS), BS EN 62305.

This document shall be read in conjunction with the associated drawings in


Appendix 1, 2, 3 and 4, and the materials and workmanship specification
paragraph‟s 2 and 3 of this document.

Please also refer to Annex 2: Employer‟s Requirements.

The scope of works for this tender includes the design and installation of the
following:

 Lightning Protection Services (LPS)


 Including Builders work and Access requirements to facilitate the LPS
contract works

Invitation to Tender Page 25 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

All systems shall be fully tested and commissioned to BSEN 62305, BS7671 IEE
wiring regulations 17th Edition, and applicable British Standards. Full record
documentation comprising operating and maintenance manuals and „As installed‟
drawings shall be provided by the Contractor.

Summary of Relevant Standards and Statutory Requirements:

The electrical and builders work / access lightning protection services (LPS)
works installation shall conform to the latest edition of the following standards and
guidelines where applicable:-

 BSEN 62305-1:2011 – Protection Against Lightning Part 1: General Principles


 BSEN 62305-2:2006 (inc. amendment 2009) – Protection Against Lightning:
Part 2: Risk Management
 BSEN 62305-3:2011 – Protection Against Lightning Part 3: Physical Damage
to Structures and Life Hazard
 BSEN 62305-4:2011 – Protection Against Lightning Part 4: Electrical and
Electronic Systems Within Structures
 Other British Standards Specifications and Codes of Practice
 Building Regulations
 IEE Regulations
 Construction (Design and Management) Regulations 2007
 Control of Substances Hazardous to Health Regulations 2002

1.1.1 Lightning Protection Services Contract Deliverables

This is a technical Design and Build (D and B) procurement route and as such
the LPS Contractor‟s capability and approach is particularly important to the
quality and care of the site works element (listed buildings / English Heritage (EH)
approval / London Borough of Richmond (LBR) via the RBGK EH liaison
Architect, required as part of the contractors design submittals) and minimising
disruption (public access / RBGK income).

The following are technical performance and approach deliverables required by


this tender, against the requirements of BS EN 62305:-

 Lightning Risk assessments for the Priority 1, 2, 3, 4 and 5 Buildings to


BSEN 62305
 Plan LPS CADed individual building drawing frame plans from the site
 topographical plan, content developed from the marked-up Layouts for the
 Priority 1, 2, 3, 4 and 5 Buildings to BSEN 62305 (some of which are
 Grade 1 or 2 listed and also subject to English Heritage and LBR
 approval)
 LPS Builders work for the associated buildings and Electrical surge
protection and main building earthing measures
 Method Statements, H and S (CDM) construction information as required
by other Employers requirements volumes.
 Record drawings and O and M manual information and spares
information on building phases completions

Invitation to Tender Page 26 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

1.2 REQUIREMENT – PHASED BUILDING PRIORITY GROUPINGS DATA

1.2.1 Requirement Background – RBGK Buildings base information for risk


assessments

A tabulated priority list schedule for the building works for each of the priority 1, 2
and 3 -5 groupings are provided in the following sub-paragraph 1.2.2 “scope of
requirement” tables. The table format comprises a number of columns of
information that relate to the “LPS risk”, as well as the physical “scale” of the
building forming part of the assessment along that horizontal line.

The key columns for each building or monument are as summarised below (the
key LPS risk assessment items are highlighted in “blue text” in the table and as
below - namely the 3rd, 5th and 7th to 9th items bulleted here):-

 Building number, name and function (buildings grouped by priority group, then
alphabetically)
 Resulting assessed LPS priority grouping made if the Building currently has
existing physical LPS – as the RC Cuttings tests and our inspection
 If the building has: electrical power, fire alarms, data/telecoms, security, gas
or water
 [N.B If the building has fire alarms – it is still deemed at RBGK (as the norm),
that the fire Brigade will be unlikely to be able to physically attend within the
10mins of a fire being detected – as such the higher credit for this in the LPS
assessment calculation cannot be taken.]
 If the building has flammable contents, or a wooden floor construction
(mainly)
 If the Building represents “Critical Plant, “Corporate needs”, or substantial
“Financial Income” (i.e. essential electrical supplies or heating to key
glasshouses or visitors attractions)
 The physical height and footprint area of the building (and notes), or if shaded
by higher trees/ the presence of existing other LPS (provisional for tender –
subject to LPS contractor design from the appended photos and site visits)
 The resulting BSEN 62305 broad risk category (LPS) assessed from its use,
height, scale and “shading” (provisional for tender – subject to LPS contractor
design to BSEN 62305)
 The resulting number of physical down conductor positions required and sets
of surge arrestors (this shall be a minimum number for tender and subject to
the LPS contractors LPS designs during this period for the priority 1/1b
buildings)

1.2.2 Scope of Requirement – Scope of Works: Phased Building priority grouping


schedules: 1, 2, 3, 4, 5 (and remainder of RBGK estate – not LPS works
requirement)

The Priority Buildings “priority list tables” below provide the main key data and
information for tender relevant to LPS for each building and what this means in
terms of additional Physical protection or Surge arrestors needing to be added for
Lightning Protection.

The appointed Contractor shall use this (as a minimum), as part of their base
data for their Priority 1/1b building designs for tender risk assessments, which

Invitation to Tender Page 27 of 105


v.01
Project: Lightning Protection System Installation at Royal Botanic Gardens Kew
RMP 6186

shall be in full accordance with the design and installation requirements of BSEN
62305.

The appointed Contractor shall then further develop the detail on these tender
risk assessments and update them to provide a full submittal and associated plan
schemes and detailing of their design and installation layouts, following final
detailed survey, in accordance with BSEN 62305.

For each priority grouping (programme), on the following individual pages are
summaries of the results of the priority 1‟s, priority, 2‟s, 3, 4 and 5 in each case –
with a brief “bullet point” type commentary against each “priority group” of
buildings as a summary.

See also the associated reference information in the sub-paragraph 4


Appendices:-

 4.2 Appendix 2 – Initial LPS Layouts for additional down conductors (for
tender, subject to appointed LPS contractor design – during tender for priority
1/1b‟s, on phased appointment for other priority 2‟s and 3-5‟s)

 4.3 Appendix 3 – Priority buildings photographic images / height mark-ups (for


tender information, subject to LPS survey– during tender for priority 1/1b‟s, on
phased appointment for other priority 2‟s and 3-5‟s)

Invitation to Tender Page 28 of 105


v.01
TABLE 1 – PRIORITY 1 BUILDINGS

LPS -Lightning Protection Systems Survey


Kew No.
Assessment 6+2 PRIORITY - "Public" (L3's typically / L4 small - LPS "RISK" level categories) Data from Data from
4+15+4 "Residential" (L1's) & main "Offices" only (L3's typ. / L4's small), etc (not small offices/intermittent) Internet RBGK Schedule
"Listed" 1+11 Additional "Surge Protection only" (already have physical LSP, or at least for the most part) Drawings or CAD model From BSEN
Grade 1 1+25+12 "Monuments" & other "Key Infrastructure" (Elec & Htg bks), etc (where not already pt of priority bldgs) "worst case"
Grade 2 TOTAL: 81 no. NB "Glasshouses" (commercial) essential Elec & Htg infrastructure covered (but not Glasshouses themselves - extensive/impractical) quick ref guide
PRE-TENDER
Flammable Critical BROAD RISK Physical LPS + Surge
Building WORKS Fire Lightning
Building No. Building Name (visitors spaces / restaurant / shops, offices, Electrical Comms & Data Security Gas Water Contents / Plant / Reside- Estimated Footprint Area CATEGORY (LPS) Footprint max Protector "sets" [inc. scaffold /
in appt. PRIORIT Alarm Protection Plans Notes / surrounded by trees/higher objects
(or "group") residential, substations, etc) Supply Infrastructure Systems Supply Supply Floor Corporate / ntial? Height (m) (sq.m.) (* detailed Extents b.wk allowance] [≥ if
Survey? Y System (existing)
Constuct'n Financial assessment) "listed" English Heritage]
959/960 Kew Gallery/Cambridge Cottage (museum gallery) 1 1 Y Y No Y Y Y Y wood floor N 10.27 Y 824.4 to chimneys - allow 9.5m to ridge L3 21.4 x 38.5m ≥10no.DC + 2 ESP sets
921 Evolution House (visitors attraction-education) 1 1 Y No Y Y (C) N 8.33 Y 456.0 L3 28.4 x 16m 6no.DC'S + 1 ESP set
965 Nash Conservatory (visitors space-exhibitions) 1 1 Y Y No Y Y Y Y N 9.2 Y 350.0 L3 26 x 13.5m ≥6no.DC'S + 1 ESP set
953 Orangery (restaurant) 1 1 Y Y No Y Y Y Y (F) N 10.60 Y 763.5 L3 (*) 44 x 17.4m ≥9no.DC'S + 2 ESP sets
919 Pavilion Restaurant 1 1 Y Y No Y Y Y (C)+F N 5.33 Y 688.0 (shaded by trees - wholly?) L4 (*) 29 x 24m 8no.DC'S + 2 ESP sets
920 Temperate House (visitors main attraction-educ'n) 1 1 Y Y No Y C N 19.20 Y 4830.0 L3 (*) 176.5 x 27.4m ≥36no.DC'S + 3 ESP sets
935 Water Lily House (visitors attraction-education) 1 1b Y No N N N Y (C) N 6.80 Y 258.4 L3 18.9 x 14.8m ≥5no.DC'S + 1 ESP set
945, 988 White Peaks Tea Bar (inc. Toilets: 988) 1 1b Y Y No Y Y Y? Y (C)+F N 7.65 1053.4 To canopy "peaks" (spiked) L3 34.8 x 29m 9no.DC'S + 2 ESP sets

COMMENTARY ON LPS RISK ASSESSMENT - PRIORITY 1’s:-

 These buildings require LPS systems added as “Priority 1” (or 1b) during the first stage of the Estates works package.
 These buildings are currently without any LPS Lightning protection and are significant key Kew visitor‟s attractions.
 They are also for the most part listed (or of historic importance) and many also contribute to the RBGK Corporate plan or Financial income.
 The LPS risk categories are mostly part “L3” (deemed worst case for tender), i.e down conductors every 15m perimeter and at corners (and 15x15m roof
grid)
 The Pavilion Restaurant is also partly shaded by trees of a greater height = reducing the risk category to L4 (every 20m perimeter / grid)
 From reference using the perimeter envelope on CAD site plans - the potential physical number of LPS down conductors and surge arrestor sets are
listed.
 Surge arrestors are simplified here as “sets” = typically 1 incoming Power cable / 2 incoming Extra Low Voltage (ELV) MINIMUM (telephone/data and
BMS, also security alarm / CCTV and gate operation / door access, etc). These are multiplied up where more than one operational “focus” point in the
building.
 “?” on the table indicates a worst case allowance for tender and the Contractor shall positively verify this during their works

Page 29 of 105
TABLE 2 – PRIORITY 2 BUILDINGS
LPS
Kew -Lightning Protection Systems Survey No.
Assessment 6+2 PRIORITY - "Public" (L3's typically / L4 small - LPS "RISK" level categories) Data from Data from
4+15+4 "Residential" (L1's) & main "Offices" only (L3's typ. / L4's small), etc (not small offices/intermittent) Internet RBGK Schedule
"Listed" 1+11 Additional "Surge Protection only" (already have physical LSP, or at least for the most part) Drawings or CAD model From BSEN
Grade 1 1+25+12 "Monuments" & other "Key Infrastructure" (Elec & Htg bks), etc (where not already pt of priority bldgs) "worst case"
Grade 2 TOTAL: 81 no. NB "Glasshouses" (commercial) essential Elec & Htg infrastructure covered (but not Glasshouses themselves - extensive/impractical) quick ref guide
PRE-TENDER
Flammable Critical BROAD RISK Physical LPS + Surge
Building WORKS Fire Lightning
Building No. Building Name (visitors spaces / restaurant / shops, offices, Electrical Comms & Data Security Gas Water Contents / Plant / Reside- Estimated Footprint Area CATEGORY (LPS) Footprint max Protector "sets" [inc. scaffold /
in appt. PRIORIT Alarm Protection Plans Notes / surrounded by trees/higher objects
(or "group") residential, substations, etc) Supply Infrastructure Systems Supply Supply Floor Corporate / ntial? Height (m) (sq.m.) (* detailed Extents b.wk allowance] [≥ if
Survey? Y System (existing)
Constuct'n Financial assessment) "listed" English Heritage]
47 47 Kew Green - Admin Building (offices) 1 2a Y Y No Y Y Y C N 9.94 Y <=1450? to chimneys - allow 8.83m to ridge L3 51.7 x 24.5m ≥12no.DC'S + 3 ESP sets
948, 952 Jodrell Laboratory,JLE, Wolfson Wing(offices/educ'n) 1 2a Y Y 7 no.(only) Y Y Y Y C N 8.00 Y inc.1992 no LPS to "peak" of lecture theatre roof L3 43.9 x 56.9m 12no. DC'S + 3 ESP sets
968 Sir J Banks Building (offices) 1 2a Y Y None seen Y Y Y Y C N 8.25 Y 2270.0 To peak - 7.0m to ridge L3 67.5 x 41.7m 14no.DC'S + 2 ESP sets
aerial on roof (adjacent bldg 623 not
946 Aiton House (offices) 2a Y Y No Y Y N Y N 8.50 Y 318.0 offices), adjoins 622 calorifier/sw.rm L3 26.5 x 12.0m 6no.DC'S + 2 ESP sets
1-3 1-3 Kew Palace Flats Lower Nursery 1 2 Y No Y Y (F) Y 7.47 Y 296.0 Chimney L1 (*) 18.4 x 16.2m ≥8no.DC'S + 1 ESP set
4-5 (&981) 1-2 Kew Palace Cottages Lwr Nursery (& Gas meter) 1 2 Y No Y Y wood floor Y 8.33 Y 238.5 inc no.2 Gas meter (pt of cottage) L1 (*) 20.7 x 11.5m ≥8no.DC'S + 2 ESP sets
17 17-19 Kew Green - Gumley Cottage 1 2 Y No Y Y wood floor (C)+(F) Y 8.50 Y 140.0 L1 (*) 10.7 X 13.1m ≥6no.DC'S + 1 ESP set
35 35 Kew Green (house) 2 Y No Y Y wood floor (C)+(F) Y 5? Y 85.8 (bungalow-part of RBGK resi estate?) L1 12 x 14.6m 5no.DC'S + 1 ESP set
39 39 Kew Green (house) 1 2 Y No Y Y wood floor (C)+(F) Y 8.08 Y 71.0 to chimneys - allow 7.92m to ridge L1 11 x 7.2m ≥4no. DC'S + 1 ESP set
41, 43 41 & 43 Kew Green (house) 1 2 Y No Y Y wood floor (C)+(F) Y 8.08 Y 150.0 to chimneys - allow 7.92m to ridge L1 14.6 x 11.6m ≥6no.DC'S + 2 ESP sets
45 45 Kew Green (house) 1 2 Y No Y Y wood floor (C)+(F) Y 9.78 Y 86.0 to chimneys - allow 8.83m to ridge L1 10.9 x7.9m ≥4no. DC'S + 1 ESP set
49-50 49-49a Kew Green - Director's House & TEM Lab 1 2 Y No Y Y Y wood floor (C)+(F) Y 12.87 Y 335.0 to chimneys L1 (*) 23.6 x 14.2m ≥8no.DC'S + 1 ESP set
53, 51, 55 53, 53a & 55 Kew Green (houses) 1 2 Y No Y Y Y wood floor (C)+(F) Y 7.60 Y 342.0 to chimneys - allow 8.67m to ridge L1 24.1 x 21.6m ≥12no.DC'S + 2 ESP sets
191 191 Kew Road - Lion Gate Lodge (house) 1 2 Y No Y Y wood floor (C)+(F) Y 8.53 Y 140.0 L1 14 x 10.8m ≥6no.DC'S + 1 ESP set
193 193 Kew Road - Temperate Lodge (house) 1 2 Y No Y Y wood floor (C)+(F) Y 13.00 Y 90.0 L1 (*) 17.9 x 7.3m ≥6no.DC'S + 1 ESP set
199 199 Kew Road - Descanso House (house) 1 2 Y No Y Y wood floor (C) Y 9.00 Y <=325.6 Ridge. Parapet 8.15m, chimneys 10.7m L1 22 x 14.8m 7no.DC'S + 1 ESP set
to boiler flue - allow 6.53m to ridge, 5.9m
951 School Of Horticulture (Education-"university/college") 1 2 Y Y No Y Y Y Y wood flr? N 8.00 Y 496.0 to parapet L3 14.3 x 40.3m ≥8no.DC'S + 1 ESP set
807 Herbarium - Hanover House (offices) 1 2 Y Y No Y Y Y wood flr? (C) N 11.17 Y 153.0 To parapet L3 17.8 x 9.8m ≥4no. DC'S + 1 ESP set
701, 711, Estates - Offices 1 2 Y No Y (F) N 9.88 Y top of flue - allow 7.8m to ridge
712 wood floor 614.8 L3 35.1 x 19.8m 8no.DC'S + 3 ESP sets
982 Central Distribution Unit Lower Nursery (depot-w/hs) 2b Y Y No wood floor (C)+F N 3.5? Y 305.0 (likely to be occupied frequently?) L3 34.4 x 17.1m 7no.DC'S + 1 ESP set
939 Brentford Ferry Gate Kiosk (staffed-public entry) 2b Y No wood floor N 2.5? 8.1 (shaded by trees) (n/a) 6.x 2m 0no. DC'S + 1 ESP set
906 Lion Gate Kiosk (staffed-public entry) 2b Y Y No Y N N N wood floor F N 2.5? 7.3 (shaded by trees) (n/a) 2.8 x 2.9m 0no. DC'S + 1 ESP set
964 Main Gate Kiosk (staffed-public entry) 1 2b Y N No Y Y N Y wood floor N 2.80 29.5 L4 7x 4m 2no.DC'S + 1 ESP set

COMMENTARY ON LPS RISK ASSESSMENT - PRIORITY 2’s:-


 These buildings require LPS systems added as “Priority 2a/2” (or 2b) during the 2nd phase of the Estates works package
 These buildings are currently without any LPS Lightning protection and are either offices / education (2a‟s), residential (2‟s), or staffed Kiosk entry gates (2b‟s).
 Of this “priority 2 group” – the 2a‟s are the first and most important , followed by the main 2‟s , and then the 2b‟s as the risk is of a lesser scale / consequence.
 They are also for the most part listed (or of historic importance) and many also contribute to the RBGK Corporate plan or Financial income.
 The LPS risk categories are mostly “L3” (to BSEN 62305 categories) for Offices/Education (every 15m), or “L1” for the Residential (every 10m) (deemed worst
case for tender initial assessments).
 The Lion gate and Brentford Ferry Gate Kiosks are also shaded by high trees - which has taken the risk category below the threshold (just surge arrestors)
 From reference to the perimeter envelope on CAD site plan - the potential physical number of LPS down conductors and LPS sets of surge arrestors are listed.
 Surge arrestors are simplified here as “sets” = typically 1 incoming Power cable / 2 incoming extra low voltage (ELV) MINIMUM (telephone/data and BMS, also
security alarm / CCTV and gate operation / door access, etc). These are multiplied up where more than one operational “focus” point in the building].
 “?” indicates a worst case allowance for tender and the Contractor shall positively verify this during the Contract as part of their works

Page 30 of 105
TABLE 3 – PRIORITY 3 BUILDINGS and MONUMENTS

LPS -Lightning Protection Systems Survey


Kew No.
Assessment 6+2 PRIORITY - "Public" (L3's typically / L4 small - LPS "RISK" level categories) Data from Data from
4+15+4 "Residential" (L1's) & main "Offices" only (L3's typ. / L4's small), etc (not small offices/intermittent) Internet RBGK Schedule
"Listed" 1+11 Additional "Surge Protection only" (already have physical LSP, or at least for the most part) Drawings or CAD model From BSEN
Grade 1 1+25+12 "Monuments" & other "Key Infrastructure" (Elec & Htg bks), etc (where not already pt of priority bldgs) "worst case"
Grade 2 TOTAL: 81 no. NB "Glasshouses" (commercial) essential Elec & Htg infrastructure covered (but not Glasshouses themselves - extensive/impractical) quick ref guide
PRE-TENDER
Flammable Critical BROAD RISK Physical LPS + Surge
Building WORKS Fire Lightning
Building No. Building Name (visitors spaces / restaurant / shops, offices, Electrical Comms & Data Security Gas Water Contents / Plant / Reside- Estimated Footprint Area CATEGORY (LPS) Footprint max Protector "sets" [inc. scaffold /
in appt. PRIORIT Alarm Protection Plans Notes / surrounded by trees/higher objects
(or "group") residential, substations, etc) Supply Infrastructure Systems Supply Supply Floor Corporate / ntial? Height (m) (sq.m.) (* detailed Extents b.wk allowance] [≥ if
Survey? Y System (existing)
Constuct'n Financial assessment) "listed" English Heritage]
929, 983, Victoria Gate Reception Centre (inc. shop) (& Toilets) 1 3a Y Y No Y Y F N 8.00 Y 1007.8 PART Protected by 930 - Campanile? L2 44 x 25.5m 9no.DC'S (pt. shaded) + 4
(&927) (staffed-public entry) ESP sets
802, 810, Herbarium - Hunter House, A Wing, B Wing, C Wing, D 1 3 Y Y Yes Y Y Y Y C N 19.00 Y 13390.8 This height typical higher roofs. Basement (n/a) 8 ESP sets surge prtn
812, 813, Wing, Boiler House, New Basement, HLE Wing E (but no (total scheduled in D Wing. [HLE extension is timber clad]
814, 815, (offices / research / "university") surge area)
816, 817 protect'n)
806 Herbarium - Electric Sub Station (& adj. Gen'r=LPS ) 1 3 Y Y No C N 2.60 Y 42.0 To parapet (shaded by adjacent trees?) L4? 3.2 x 6.7m 1no.DC'S? + 1 ESP set
Climbers & Creepers Children's Zone- Lower Nursery
970 (childrens play centre / education) 1 3 Y Y 10 no. Y Y Y Y (C)+(F) N 9.00 Y 1140.0 5 pits (only) visible (n/a) 2 ESP sets surge prtn
924(&974) Marianne Nth Gallery (inc. adj. Gas meter)("museum") 1 3 Y Y 5 no +1 Y Y Y Y wood floor (C) N 11.00 Y 475.0 inc. gas meter (pt of envelope) (n/a) 2 ESP sets surge prtn
934 Museum No1 1 3 Y Y 2 no. Y Y N Y wood floor N 14.00 Y 1449.0 Air terms exist at chimneys (n/a) 3 ESP sets surge prtn
907 Pagoda (external attraction - normally external only) 1 3 Y N 1 no. N N N N wood floor N 51.00 Y 256.0 8m dia (16m inc colonnade). High Point! (n/a) 1 ESP set surge prtn
932 Palm House (visitors main attraction-education) 1 3 Y Y 10 no. Y Y N Y C N 20.12 Y 2990.0 11.0 to top of side roofs (n/a) (*) 2 ESP sets surge prtn
Princess Of Wales Conservatory (visitors main top of flues-allow 12.0m to highest ridge.
966 attraction-education) 3 Y Y 18 no. Y Y Y Y C N 16.00 Y 5680.0 No Surge protection? (n/a) (L3?) 130 x 64.7m 10 sets surge prtn@2K
992 Shirley Sherwood Centre (art exhibition) 1 3 Y Y 5 no. Y Y N Y wood flr? N 7.09 Y 468.0 (n/a) 2 ESP sets surge prtn
994 Tree Top Walkway (visitors attraction) 1 3 Y N 11 no. Y (lift) N N N N N 18.00 Y 357.8 (LPS uses the steel supports structure) (n/a) 1 ESP set surge prtn
967 Davies Alpine House (visitors attraction) 3 Y N None seen Y N N Y N 10.00 91.7 (CAD plans show previous outline?) L3 13.9 x 13.9m? 4no.DC'S + 1 ESP set

COMMENTARY ON LPS RISK ASSESSMENT - PRIORITY 3’s:-

 These buildings should have LPS systems added as “Priority 3a / 3” – to be carried out in the 3rd phase of the Estates works programme package tender .
 All of these buildings currently effectively have physical LPS Lightning protection (but no surge protection), or are shaded by LPS on the Campanile building–
 Of this “priority 3 group” the 3a Victoria Gate reception centre is deemed as the most important to do, followed by the other 3‟s less important or support areas.
 A number of this group are listed buildings (or of historic importance) and also contribute to the RBGK Corporate plan or Financial income.
 The LPS risk categories are for the most part “n/a” as they only require electronic LPS surge protection adding (L2, i.e every 10m, for Victoria gate reception).
 The Herbarium elec sub-station (supporting an important RBGK Corporate building) is also part shaded by high trees.
 From reference to the perimeter envelope on CAD plan - the potential physical number of LPS down conductors (where applicable) and LPS
surge arrestors required assessed.
 Surge arrestors are simplified here as “sets” = typically 1 incoming Power cable / 2 incoming ELV MINIMUM (tels/data and BMS, also security
alarm/CCTV and gate operation / door access, etc). These are Multiplied up where more than one operational “focus” in the building
 “?” indicates a worst case allowance for tender and the Contractor shall positively verify this during the Contract as part of their works

Page 31 of 105
TABLE 4 – PRIORITY 4 BUILDINGS and MONUMENTS

LPS -Lightning Protection Systems Survey


Kew No.
Assessment 6+2 PRIORITY - "Public" (L3's typically / L4 small - LPS "RISK" level categories) Data from Data from
4+15+4 "Residential" (L1's) & main "Offices" only (L3's typ. / L4's small), etc (not small offices/intermittent) Internet RBGK Schedule
"Listed" 1+11 Additional "Surge Protection only" (already have physical LSP, or at least for the most part) Drawings or CAD model From BSEN
Grade 1 1+25+12 "Monuments" & other "Key Infrastructure" (Elec & Htg bks), etc (where not already pt of priority bldgs) "worst case"
Grade 2 TOTAL: 81 no. NB "Glasshouses" (commercial) essential Elec & Htg infrastructure covered (but not Glasshouses themselves - extensive/impractical) quick ref guide
PRE-TENDER
Flammable Critical BROAD RISK Physical LPS + Surge
Building WORKS Fire Lightning
Building No. Building Name (visitors spaces / restaurant / shops, offices, Electrical Comms & Data Security Gas Water Contents / Plant / Reside- Estimated Footprint Area CATEGORY (LPS) Footprint max Protector "sets" [inc. scaffold /
in appt. PRIORIT Alarm Protection Plans Notes / surrounded by trees/higher objects
(or "group") residential, substations, etc) Supply Infrastructure Systems Supply Supply Floor Corporate / ntial? Height (m) (sq.m.) (* detailed Extents b.wk allowance] [≥ if
Survey? Y System (existing)
Constuct'n Financial assessment) "listed" English Heritage]
930 Campanile (external attraction) 1 4a 2 no. N 32.62 27.9 Important: "shades" adjacent bldgs (n/a) (*) 5.26 x 5.3m 1 ESP set surge prtn
557 Alpine Yard - Boiler House No 11 4 Y Y No Y Y Y P N 14.70 10.8 7.8m to roof (adj to 951 sch. of Horticulture) L4 3.7 x 1.5m 1no.DC'S + 1 ESP set
977 Cumberland Gate Electrical Intake 1 4 Y N No N N N N P N 2.50 Y 25.0 (shaded by high adj. trees) (n/a) 5 x 4.4m 0no. DC'S + 1 ESP set
976 Cumberland Gate Generator Room 1 4 Y N Gen earth N N N N P N 2.50 Y 25.0 (shaded by high adj. trees) (n/a) 5 x 1.8m 0no. DC'S + 1 ESP set
602 Lower Nursery - Boiler House No 2 (& Generator?) 1 4 Y Y Gen earth Y Y Y C+(F)+P N 12.00 Y 124.7 top of flue - allow 7.2m to roof L4 16.1 x 9m 4no.DC'S + 2 ESP sets
622 Lower Nursery - Calorifier/Switch Room 1 4 Y No Y Y P+C+(F) N 6.93 42.8 Lower than bldg 946 (Ainton-offices) L4 14 x 3.6m 2no.DC'S + 1 ESP set
989 Lower Nursery Oil Tank Room 4 Y No Y N 25.0 assumed near 988, adj. to white peaks? L2 6.3 x 4m? 2no.DC'S + 1 ESP set
534 Melon Yard - Boiler House No 6 Jodrell 4 Y Y No Y Y P N 9.00 32.1 Top of pipes allow 8.2m to top of brickwk L4 4.8 x 3.9m 1no.DC + 1 ESP set
558, 533 Melon Yard - Electric Compound & Elec switchroom 1 4 Y No Y P N 3.30 46.2 Adjacent perimeter wall L4 8.1 x 5.3m 2no.DC'S + 2 ESP sets
509 Melon Yard - Generator Hs (empty?) (& Boiler hs?) 4 Y? Y? No (P) N 3? 8.4 still there? (or now empty?) L4? 7.5 x 9.8m ?2no.DC'S + ?2 ESP sets
531 Melon Yard - Spirit Store 4 Y No Y N 2.70 Y 44.0 (ex-mess room on plans) L2 10.1 x 6.8m 3No.DC'S + 1 ESP set
973 Pavilion Restaurant Gate Gas Meter 1 4 N N No N N Y N Y N 2? 10.0 !?on perimeter wall to S of 919 Pavilion RestaurantL2 7.5 x 3.4m? 2no.DC'S + 0 ESP sets
320 Rick Yard - Boiler House No 18/Elec Intake 1 4 Y Y No Y Y Y P N 4? Y 15.0 attached to bldg 321-Mess Rm-RickYd L4 5.1 x 5.6m 2no.DC'S + 2 ESP sets
972 Ruined Arch Electrical Intake & Generator 1 4 Y N Gen earth N N N N P N 2.50 >=3 (not located on plans) L4 (not found) 1no.DC + 1 ESP set
401 Shaft Yard - Boiler House No 13 4 Y Y No Y Y P N 4? Y 127.8 Protected by 930 - Campanile L4 (n/a) 1 ESP set surge prtn
408 Shaft Yard - Gas Installation Compound 1 4 N No ? Y Y N 1.80 Y 37.4 by perimeter wall to E of Victoria visitors L2 7.8 x 4.7m 3no.DC'S + 0 ESP sets
407 Shaft Yard - Oil Storage Compound 1 4 Y No N Y N 3.00 96.0 L2 12.5 x 8m ?4no.DC'S + ?0 ESP sets
975 Shaft Yard Switch Room (electrical) 1 4 Y N No N N N N P N 3.00 Y 27.5 Protected by 930 - Campanile L4 (n/a) 1 ESP set surge prtn
301 Stable Yard - Inflammable Materials Store 1 4 N Y No N N N N Y n N 2.50 18.0 L2 2.8 x 2.3m ?2no.DC'S + 0 ESP sets
302 Stable Yard - Boiler House No 15 (Offices & Palm Hs) 4 Y Y No Y ? Y Y P N 15.47 Y 152.5 L4 9.6 x12.8m ?4no.DC'S + 1 ESP set
311 Stable Yard - Generator Room 4 Y Y No Y P N 3.5? Y 26.7 L4 6.3 x 4.1m ?2no.DC'S + 1 ESP set
343 Stable Yard - Oil Storage Tanks 4 N Y? No N N N Y Y N 2.00 157.5 L2 34 x 4.9m ?6no.DC'S + ?1 ESP set
344 Stable Yard - Oil Store 1 4 N Y? No N N N Y Y N 2.00 7.5 L2 2.6 x 2m 1no.DC'S + 0 ESP sets
340 Temperate Nursery - Boiler House No 19 4 Y Y No Y Y (P) N 3? Y 75.0 L4 10 x 8.4 4no.DC'S + 1 ESP set
346 Temperate Nursery - Oil Storage Tank 1 4 Y Y No ? Y N 3.00 10.4 L2 4.8 x 3.6 1no.DC'S + 0 ESP sets
605 Lower Nursery - Water Treatment Plant 4? Y Y? No Y C+(F) N 4? 32.5 L4 5.8 x 5.5m 2no.DC'S + 1 ESP set

COMMENTARY ON LPS RISK ASSESSMENT - PRIORITY 4’s:-


 These buildings should have LPS systems added as “Priority 4a / 4” - to be carried out in the 3rd phase of Estates works programme package tender .
 These buildings are currently without any LPS Lightning protection (except Campanile) and are important infrastructure Plant (elec subs / Boilers), or flammable.
 The Lower Nursery water treatment plant building is also included as “4?”, as it is important infrastructure supporting the commercial Glasshouses.
 Of this “priority 4 group” – the 4a is the most important to maintain / enhance its LPS – as it is a high point and physically shades the Victoria gate area buildings
 These buildings (apart from the Campanile) are no longer “listed category, only the lower nursery (glasshouses) contributing as Corporate of Financial income.
 The LPS risk categories are for the most part “L4” for Substations / Boilerhouses (20m intervals), L2 where flammable liquids - Gas or Oil compounds (10m).
 The Cumberland Gate substation(s) are also shaded by high trees - which has taken the risk category below the threshold (just surge arrestors)
 The Shaft Yard Boilerhouse and Switchroom are also protected by the existing physical LPS protection on the adjacent Campanile.
 From reference to the perimeter envelope on CAD site plans - the physical number of LPS down conductors and LPS sets of surge arrestors are identified.
 [Surge arrestors are simplified here as “sets” = typically 1 incoming Power cable / 2 incoming ELV MINIMUM (tels/data and BMS, also security alarm/CCTV and
gate operation / door access, etc). These are Multiplied up where more than one operational “focus”] point in the building “?” indicates a worst case allowance
for tender and the Contractor shall positively verify this during the Contract as part of their works

Page 32 of 105
TABLE 5 – PRIORITY 5 BUILDINGS and MONUMENTS

LPS -Lightning Protection Systems Survey


Kew No.
Assessment 6+2 PRIORITY - "Public" (L3's typically / L4 small - LPS "RISK" level categories) Data from Data from
4+15+4 "Residential" (L1's) & main "Offices" only (L3's typ. / L4's small), etc (not small offices/intermittent) Internet RBGK Schedule
"Listed" 1+11 Additional "Surge Protection only" (already have physical LSP, or at least for the most part) Drawings or CAD model From BSEN
Grade 1 1+25+12 "Monuments" & other "Key Infrastructure" (Elec & Htg bks), etc (where not already pt of priority bldgs) "worst case"
Grade 2 TOTAL: 81 no. NB "Glasshouses" (commercial) essential Elec & Htg infrastructure covered (but not Glasshouses themselves - extensive/impractical) quick ref guide
PRE-TENDER
Flammable Critical BROAD RISK Physical LPS + Surge
Building WORKS Fire Lightning
Building No. Building Name (visitors spaces / restaurant / shops, offices, Electrical Comms & Data Security Gas Water Contents / Plant / Reside- Estimated Footprint Area CATEGORY (LPS) Footprint max Protector "sets" [inc. scaffold /
in appt. PRIORIT Alarm Protection Plans Notes / surrounded by trees/higher objects
(or "group") residential, substations, etc) Supply Infrastructure Systems Supply Supply Floor Corporate / ntial? Height (m) (sq.m.) (* detailed Extents b.wk allowance] [≥ if
Survey? Y System (existing)
Constuct'n Financial assessment) "listed" English Heritage]
Electrical cable fixed to gate & wall either
969 Unicorn Gate (staff entry access) 1 5 N* N No N N N N N 4.5? 5? side L4 11 x 1m ≥1no.DC'S + 0 ESP sets
941 Cumberland Gate (staff entry access) 1 5 Y N No N N N N N 3.90 5? (shaded by high adj. trees) (n/a) 5.2 x 0.7 0no. DC'S + 1 ESP set
925 King William Temple (vistors-monument,open) 1 5 N N No N N N N N 5.60 43.0 L4 (*) 8 x 5.3m ≥2no.DC'S + 0 ESP sets
905 Lion Gate (visitors entry access) 1 5 N N No N N N N F N 5.67 <=9.2 L4 (*) 4.0 0.6 ≥1no.DC'S + 0 ESP sets
963 Main Gate (visitors entry access) 1 5 N N No N N N N N 5.5? 9.2? (adj. to 964 Kiosk area) L4 12.5 x 1.4 ≥2no.DC'S + 0 ESP sets
922 Ruined Arch (vistors-monument,open-walk through 1 5 N N No N N 6.52 36.0 L4 7.6 x 10.1 ≥4no.DC'S + 0 ESP sets
944 Temple Of Aeolus (vistors-monument,external) 1 5 N N No N N N N N 6.75 20.0 on hilltop, S of pond near palm house L4 3.8 x 3.8m ≥1no.DC'S + 0 ESP sets
931 Temple Of Arethusa (visitors-monument, external) 1 5 N N No N N N N N 5.40 63.0 possibly shaded by Campanile L4? 3.6 x 2.3 ≥1no.DC'S + 0 ESP sets
926 Temple Of Bellona (visitors-monument, external) 1 5 N N No N N N N N 7.20 30.0 L4 4.8 x 5m ≥2no.DC'S + 0 ESP sets
928 Victoria Gate 1 5 Y Y No Y Y Y N 8.00 Y 9.2 Gate only listed L4 11.1 x 1 ≥1no.DC'S + 0 ESP sets
908 Japanese Gateway (visitors-attraction, external) 5 N No N N N Y N 8? 44.7 no"listing"-but a key public monument? L4 7.1 x 6.3m 2no.DC'S + 0 ESP sets
no "listing" - but public main use!?
995 Sackler Crossing 5? Y? N No N N? N N N 1.5? <=411 [Consider - if attracts lightning?] L3? 70 x 3m? 6no.DC'S + 2 ESP sets

COMMENTARY ON LPS RISK ASSESSMENT - PRIORITY 5’s:-

 These buildings should have LPS systems added as “Priority 5” - to be carried out in the 3rd phase of Estates works programme package tender here.
 These buildings are currently without any LPS Lightning protection and are either monuments or gates (not manned or kiosks).
 [Of this “priority 5 group” – the Sackler crossing is “5?”, as it may or may not benefit from LPS, being metallic and in frequent public use.]
 These Monuments and Gate entry points are also for the most part listed (or in the case of the Sackler crossing – considered here of cultural importance).
 The LPS risk categories are for the most part “L4” for small Monument type (equivalent to “Museums” (every 20m perimeter LPS conductors / grid).
 [The Cumberland Gate is also shaded by high trees - which has taken the risk category below the L4 threshold (just surge arrestors)]
 [The temple of Arethusa is also possibly shaded by the nearby existing Campanile LPS - hence the “L4?” assessment (pending a final assessment detail).]
 From reference to the perimeter envelope on CAD site plan - the physical number of LPS down conductors and LPS sets of surge arrestors are identified.
 [Surge arrestors are simplified here as “sets” = typically 1 incoming Power cable / 2 incoming ELV MINIMUM (tels/data and BMS, also security alarm/CCTV and
gate operation / door access, etc). These are Multiplied up where more than one operational “focus” point in the building]
 “?” indicates a worst case allowance for tender and the Contractor shall positively verify this during the Contract as part of their works

Page 33 of 105
TABLE 6.1- REMAINDER OF RBGK BUILDINGS and MONUMENTS NOT ON THE CURRENT PRIORITY LIST TABLE FOR LPS SYSTEMS
RETROFIT
Flammable Critical BROAD RISK Physical LPS + Surge
Building WORKS Fire Lightning
Building No. Building Name (visitors spaces / restaurant / shops, offices, Electrical Comms & Data Security Gas Water Contents / Plant / Reside- Estimated Footprint Area CATEGORY Footprint max Protector "sets" [inc. scaffold /
in appt. PRIORIT Alarm Protection Plans Notes / surrounded by trees/higher objects
(or "group") residential, substations, etc) Supply Infrastructure Systems Supply Supply Floor Corporate / ntial? Height (m) (sq.m.) (LPS) (/ Extents b.wk allowance] [≥ if
Survey? Y System (existing)
Constuct'n Financial *Specialist) "listed" English Heritage]
540 Melon Yard - Jodrell Annexe No N Y
505 Melon Yard - Jodrell Glass No N Y
523 Melon Yard - Jodrell Lab Annex/Offices Y No Y N 5.87 Y Timber clad upper storey
522 Melon Yard - Office/Mess Room/Tool Shed Y No Y Y N 3.26 Y
560 Melon Yard - Poly Tunnels No N
504 Melon Yard - Potting Shed No N
532 Melon Yard - Quarantine House No N
537 Melon Yard - Vacuum Pump Room Y No P N
520 Melon Yard - Water Storage Tank No Y N
500 Melon/Alpine Yard General Y No N
955 Minka House No N
202 North Arb - Mess Room Y No Y N Y
To ridge - allow 2m to gutter. [No a priority
201 North Arb - Office/Potting Shed / Y Y No Y Y ? Y N (C) N 3.00 Y 144.0 main perm office…]
203 North Arb - Toilets/Shower Y No Y N Y
200 North Arboretum Y No Y N
903 Oxenhouse Bicycle Shed No N
901 Oxenhouse Gate Y No Y N
902 Oxenhouse Gate Kiosk Y No Y N (not public use)
904 Oxenhouse Gate Toilet Y No Y N
915 Pavilion Gate No N
916 Pavilion Gate Kiosk Y No N (not public entry)
917 Pavilion Gate Stores No N
918 Pavilion Gate Toilets Y No Y N
985 Queen Elizabeth Gate Y N No Y Y N N N ? N (contractors entrance: riverside car pk)
328 Rick Yard - Gravel Store/Compost Mixing Shed Y No N Y
321 Rick Yard - Mess Room Y No Y Y N 9.80 Y
324 Rick Yard - Offices 1 Y No N 4.20 Y 23.0
329 Rick Yard - Toilets/Messroom/First Aid/Offices Y No Y N
323 Rick Yard - Toolroom/Workshop/Stores Y No N Y
322 Rick Yard - Tree Unit Workshop/Tool Store Y No N Y
923 Ruined Arch Shed No N Y
402 Shaft Yard - Store 1 No N
404 Shaft Yard - Toilets Y No Y N
987 Shaft Yard Gate Y N No Y Y N N N N N
400 Shaft Yard General Y No N
305 Stable Yard - Artist Studio Y No N Y
345 Stable Yard - Birdpens/Sheds No N
310 Stable Yard - Calorifier Room 4? Y No Y P N 3.5? Y 25.7
327 Stable Yard - Garages No N Y
315 Stable Yard - Garden Store/Chemical Store No ? N Y
303 Stable Yard - Gents Changing Rm/Drying Rm Y No N Y
306 Stable Yard - Gent's Toilets Y No Y N Y
319 Stable Yard - Log/Ladder Store No N
308 Stable Yard - Office Birdman Y No N Y
313 Stable Yard - Offices/Freezers/Store ? Y Radio mast N 17.20 Y 224.4
318 Stable Yard - Open Shed No N Y
317 Stable Yard - Open Shed/Washing Down Area No Y N Y
316 Stable Yard - Open Tractor Shed No N Y
307 Stable Yard - Store/Incubator Room Y No N

325 Stable Yard - Tractor Shed/Store/Garages No N Y


326 Stable Yard - Tractor Shed/Store/Garages No N Y
Not a main perm office ("network" is not
314 Stable Yard - Tree Unit Office/Mess Rm/ Network Rm Y Y No ? N Y ? N Y 34.2 an ICT room)
304 Stable Yard - Tree Unit Supervisors Office/Tool Shed Y No N Y
312 Stable Yard - Workshops Y No N Y
309 Stable Yard - Workshops/Electrical Controls Y No P? N Y
910 Stable Yard Toilets Y No Y N
300 Stable Yard/Rick Yard/Temperate Nursery Y No N
331 Temperate Nursery - Compressor Room Y No P? N
339 Temperate Nursery - Glass House 28 Y No N Y
341 Temperate Nursery - Glass House 29 Y No N Y
333 Temperate Nursery - Glass House 30 No N Y
330 Temperate Nursery - Open Store No N
335 Temperate Nursery - Poly Tunnel No N
336 Temperate Nursery - Poly Tunnel No N
337 Temperate Nursery - Poly Tunnel No N
348 Temperate Nursery - Pump House ? Y No ? Y ? N 10.4
349 Temperate Nursery - Rainwater Storage Tank No N

342 Temperate Nursery - Toolshed/store No N Y


347 Temperate Nursery - Underground Water Tank No Y N
332 Temperate Nursery - Wkshop/Potting Rm/Stores Etc Y No N Y
334 Temperate Nursery - Glass House 30a No N Y
Area is approx canopy footprint Allow
CP Corsican Pine (near main gate) ** N N 1 no. N N N N N ?! N 24.44 N 264.0 1sq.m. trunk footprint

Page 34 of 105
TABLE 6.2- REMAINDER OF RBGK BUILDINGS and MONUMENTS NOT ON THE CURRENT PRIORITY LIST TABLE FOR LPS
SYSTEMS RETROFIT
Flammable Critical BROAD RISK Physical LPS + Surge
Building WORKS Fire Lightning
Building No. Building Name (visitors spaces / restaurant / shops, offices, Electrical Comms & Data Security Gas Water Contents / Plant / Reside- Estimated Footprint Area CATEGORY (LPS) Footprint max Protector "sets" [inc. scaffold /
in appt. PRIORIT Alarm Protection Plans Notes / surrounded by trees/higher objects
(or "group") residential, substations, etc) Supply Infrastructure Systems Supply Supply Floor Corporate / ntial? Height (m) (sq.m.) (* detailed Extents b.wk allowance] [≥ if
Survey? Y System (existing)
Constuct'n Financial assessment) "listed" English Heritage]
540 Melon Yard - Jodrell Annexe No N Y
505 Melon Yard - Jodrell Glass No N Y
523 Melon Yard - Jodrell Lab Annex/Offices Y No Y N 5.87 Y Timber clad upper storey
522 Melon Yard - Office/Mess Room/Tool Shed Y No Y Y N 3.26 Y
560 Melon Yard - Poly Tunnels No N
504 Melon Yard - Potting Shed No N
532 Melon Yard - Quarantine House No N
537 Melon Yard - Vacuum Pump Room Y No P N
520 Melon Yard - Water Storage Tank No Y N
500 Melon/Alpine Yard General Y No N
955 Minka House No N
202 North Arb - Mess Room Y No Y N Y
To ridge - allow 2m to gutter. [No a priority
201 North Arb - Office/Potting Shed / Y Y No Y Y ? Y N (C) N 3.00 Y 144.0 main perm office…]
203 North Arb - Toilets/Shower Y No Y N Y
200 North Arboretum Y No Y N
903 Oxenhouse Bicycle Shed No N
901 Oxenhouse Gate Y No Y N
902 Oxenhouse Gate Kiosk Y No Y N (not public use)
904 Oxenhouse Gate Toilet Y No Y N
915 Pavilion Gate No N
916 Pavilion Gate Kiosk Y No N (not public entry)
917 Pavilion Gate Stores No N
918 Pavilion Gate Toilets Y No Y N
985 Queen Elizabeth Gate Y N No Y Y N N N ? N (contractors entrance: riverside car pk)
328 Rick Yard - Gravel Store/Compost Mixing Shed Y No N Y
321 Rick Yard - Mess Room Y No Y Y N 9.80 Y
324 Rick Yard - Offices 1 Y No N 4.20 Y 23.0
329 Rick Yard - Toilets/Messroom/First Aid/Offices Y No Y N
323 Rick Yard - Toolroom/Workshop/Stores Y No N Y
322 Rick Yard - Tree Unit Workshop/Tool Store Y No N Y
923 Ruined Arch Shed No N Y
402 Shaft Yard - Store 1 No N
404 Shaft Yard - Toilets Y No Y N
987 Shaft Yard Gate Y N No Y Y N N N N N
400 Shaft Yard General Y No N
305 Stable Yard - Artist Studio Y No N Y
345 Stable Yard - Birdpens/Sheds No N
310 Stable Yard - Calorifier Room 4? Y No Y P N 3.5? Y 25.7
327 Stable Yard - Garages No N Y
315 Stable Yard - Garden Store/Chemical Store No ? N Y
303 Stable Yard - Gents Changing Rm/Drying Rm Y No N Y
306 Stable Yard - Gent's Toilets Y No Y N Y
319 Stable Yard - Log/Ladder Store No N
308 Stable Yard - Office Birdman Y No N Y
313 Stable Yard - Offices/Freezers/Store ? Y Radio mast N 17.20 Y 224.4
318 Stable Yard - Open Shed No N Y
317 Stable Yard - Open Shed/Washing Down Area No Y N Y
316 Stable Yard - Open Tractor Shed No N Y
307 Stable Yard - Store/Incubator Room Y No N

325 Stable Yard - Tractor Shed/Store/Garages No N Y


326 Stable Yard - Tractor Shed/Store/Garages No N Y
Not a main perm office ("network" is not
314 Stable Yard - Tree Unit Office/Mess Rm/ Network Rm Y Y No ? N Y ? N Y 34.2 an ICT room)
304 Stable Yard - Tree Unit Supervisors Office/Tool Shed Y No N Y
312 Stable Yard - Workshops Y No N Y
309 Stable Yard - Workshops/Electrical Controls Y No P? N Y
910 Stable Yard Toilets Y No Y N
300 Stable Yard/Rick Yard/Temperate Nursery Y No N
331 Temperate Nursery - Compressor Room Y No P? N
339 Temperate Nursery - Glass House 28 Y No N Y
341 Temperate Nursery - Glass House 29 Y No N Y
333 Temperate Nursery - Glass House 30 No N Y
330 Temperate Nursery - Open Store No N
335 Temperate Nursery - Poly Tunnel No N
336 Temperate Nursery - Poly Tunnel No N
337 Temperate Nursery - Poly Tunnel No N
348 Temperate Nursery - Pump House ? Y No ? Y ? N 10.4
349 Temperate Nursery - Rainwater Storage Tank No N

342 Temperate Nursery - Toolshed/store No N Y


347 Temperate Nursery - Underground Water Tank No Y N
332 Temperate Nursery - Wkshop/Potting Rm/Stores Etc Y No N Y
334 Temperate Nursery - Glass House 30a No N Y
Area is approx canopy footprint Allow
CP Corsican Pine (near main gate) ** N N 1 no. N N N N N ?! N 24.44 N 264.0 1sq.m. trunk footprint

Page 35 of 105
1.3 METHOD - LPS WORKS AT RBGK

1.3.1 Specific Physical LPS Works Overview - Lightning Protection of RBGK


Buildings and Monuments

The Contract shall include for the design, installation, testing and commissioning
of the complete lightning protection for all the RBGK Buildings and Monuments
identified in the Schedule of priority works.

The Phase 1 stage of work under the contract will be the “Priority 1 and 1b”
Buildings. During the tender there will be an opportunity to visit these 8 priority
buildings and to also take an overview of the site & other buildings requirements
generally. A Tenderers site visit “day” will be provided for this visit and initial
introductory walk around of these priority buildings sample.

During the contract the Contractor shall provide a design warranty agreement, to
develop the performance design as indicated on the attached drawings in
Appendices 1, 2, 3 and 4. The developed design shall be prepared by the
Contractor in compliance with BSEN 62305, for physical lightning protection and
surge protection.

Risk Assessments:-

The Contract requirement is for a LPS risk assessment and layout design
(indicative at Tender return) and site implementation is to provide both LPS
“faraday cage” full coverage in full compliance with BSEN 62305-2011, together
with Electronic Surge Protectors (ESP) surge protection of the main power intake
and electronic systems (this element being in accordance with the principals of
BSEN 62305, as well as the new sections in BS7671, the IEE Wiring regulations).

Note: For the risk assessments – albeit that a number of the buildings have an
existing automatic fire detection and alarm system (possibly even with existing
Redcare remote monitoring of fire alarms), because of the size of the site it has
been deemed that it will take longer than the 10 minutes fire brigade attendance
allowable for this credit in the BSEN 62305 assessment and so this risk element
entry is to be as if there are “manual” fire alarms only.

LPS Roof Network and Projections:-

The LPS protection for each building, as appropriate, shall typically comprise of a
roof tape air termination network which shall make full use of the roof material,
where sound and compliant to BSEN 62305, i.e metallic conducting and
electrically conducting between sections / joints, which the Contractor shall
evaluate in the design process and supplement this building fabric feature with
any additional levels of roof network protection, i.e a lighting tape “mesh” (the
norm here). See sub-paragraph 1.4.1

The roof network shall be the standard 25 x 3 mm Aluminium tape, PVC covered
to a standard matching colour (i.e brown for brick, stone (or grey), black, etc
where appropriate), These shall be cross bonded as required by BSEN 62305
[Strike plates, air rods generally, or even “catenary systems” are not envisaged,
being a surface tape retrofit].

Page 36 of 105
Fixings shall be suitable for the roof finishes, to the recommended intervals, i.e
1m intervals on horizontal or vertical faces (0.5m intervals when running
horizontally on a vertical surface).

Alternatively, where practical for least visible impact and a requirement where
“listed” for English Heritage (EH) approval, the lead flashing and other metallic
conducting features along the ridges shall be used in lieu of new visible tapes,
where this tests out electrically as continuous to BSEN 62305 and these can be
bonded unobtrusively in a weatherproof way with clamped continuity cables at
joints (or 3m sections), alternatively via sweated lugs and lead straps (but this
would involve hot works and is so least preferable). The tenderer shall include the
worst case price for the tape or lead bonding in their tender.

Chimneys and other projecting roof high points shall also have protruding air
terminal rods and fixings, bonded back to the roof mesh / down conductor
network. The rods shall be 0.5m base Aluminium type and fixing. The tenderer
shall allow for a minimum of 4 chimney rods, as indicted on the sample photos,
but shall visit site to view the building(s) to verify this, during the tender.

Cross bonding to roof plant, Aerials and other metalwork on the roof shall also be
provided (as the Appendix 3 pictures for tender and the LPS tenderers site visit
during tender).

LPS Down tapes, parallel paths, Earth Reference Pits and Electrical Cross
Bonding:-

The roof network shall be connected to dedicated down conductor tapes, or


cables (note Grade 1 or 2 “listed” building statuses), which shall be fully
coordinated with the Employers Representative and the English Heritage
Representative. Down conductors shall form a continuous electrical connection
and have an overall electrical resistance of 10 ohms or less to comply with BSEN
62305.

The down conductors (where Grade 1 or 2 “listed”) shall be 8 mm2 aluminium


PVC covered solid conductor type (as opposed to the standard “no-listed” 25 x
3mm Aluminium PVC covered tape), complete with (c/w) fixing intervals and to
the colour finish to match the predominate brickwork colour on the façade, to best
blend in and be least visible to persons at ground level. The tenderer shall allow
for other colours to the standard “brown, stone, grey, black, white, green, etc”, to
best blend in and match in with the listed building wall finishes.

Due allowance shall be made for cross bonding all metallic rainwater pipes,
gutters, balcony railing, vents, lift overruns and other metal features of the
building as well as appropriate connection of class 1 surge protection devices
where necessary to incoming electrical services. The Contractor shall ensure the
roof mounted equipment shall be adequately cross bonded to the general roof
network and earthing system.

Cross bonding to parallel metallic paths shall be provided, where in evidence, e.g
conducting rainwater down pipes (RWP) and the like.

Earth electrode rod, pits and bimetallic test points shall be provided as necessary.
Test joints shall be fitted on every down conductor, prior to it‟s connection near
ground level with the earth termination pits & rods arrangement. The earth

Page 37 of 105
system shall comply with BSEN62305 and shall have an overall earthing
resistance of 10 ohms or less.

Earth rod pits shall be standard 2.4m length 16mm diameter (dia.) copper-bond
type (ground conditions are generally good soil earth). The housing shall be a
polycarbonate cover type, impact resistant to normal vehicles. The pits shall be
complete with labelled earth reference test points, as appropriate).

PVC covered copper tape from the down conductor test point to buried earth rods
shall be run at a depth of 600mm below the ground level.

As well as to BSEN 62305, the lightning protection system shall be connected to


the protective equipotential bonding of each building, in accordance with BS7671
the IEE Wiring regulations, section 411.3.1.2.

1.3.1.1 English Heritage Requirements Overview - for RBGK “Listed” Buildings

English heritage (EH) specific requirements and best practice shall be followed,
as the current English Heritage publication extract summary diagram below and
as English Heritage Guidance:
www.english-heritage.org.uk/professional/advice/advice-by-
topic/buildings/services/lightning/

The LPS contractor shall liaise with the RBGK English Heritage representative,
where it is a “listed” building, or otherwise appropriate “historical importance”, to
the agreed phasing programme.

The tenderer shall note in particular the English Heritage base requirements as
below. This shall apply where “listed”, also with the principals also applied
elsewhere, where economically viable:-

 Circular down conductors, making use of natural features to minimise


visual effects, with P clips to allow the conductor to be installed close to
the corner (or saddle clips elsewhere)
 Making use of a drainpipe to minimise visual effects

When designing the room protection for one of the “listed” buildings, the LPS
Contractor shall make full use of the existing roof structure conducting elements
and features, wherever possible, in lieu of more visible tapes and conductors and
finials, in order to minimise visual impact for EH agreement.

Where the “angle of protection” method affords a less visible result for historic
building protection, rather than the “rolling sphere”, then this shall be used in
compliance with BSEN 62305.

The Contractor shall provide their methodology of approach to the requirements


of the “listed” buildings and monuments, as appropriate, for their liaison with the
English Heritage representative.

Page 38 of 105
1.3.2 Specific Builders work and access requirements as part of the Lightning
Protection works package

The Lightning protection services (LPS) Contractor shall be responsible for the
overall installation of the LPS systems. This shall include builders work and
access requirements to facilitate the LPS Contract works, including coordinating
and managing these as part of the this LPS works package.

As the contractor preferred method, as appropriate to the building, the contractor


shall either scaffold out for roof works and downtapes – or use a Mobile Elevated
Work Platform (MEWP) alternative. In terms of principal builders work, there is
also the physical construction of holes for pits and backfilling / making good of
ground finishes.

RBGK will require liaison on proposals for physical digging of grass / beds in the
gardens for the pits. This will also be required for any boarding out or metal
decking for scaffold and/or MEWP.

Regarding the particular requirements of each building – the “access at height”


aspect shall as a first choice for speed, be via a MEWP, or similar.

Where there is a pitched roof however and there is a need to safely access this
for installing LPS tapes, the tenderer shall consider some form of fall arrest
system (particularly where slippery / wet / cold day), to meet their own
Construction Design Management (CDM) assessments, having made an

Page 39 of 105
assessment during the site visit at tender period (for the initial priority 1/1b works
buildings).

Alternatively, where appropriate the contractor will still require a perimeter


scaffold platform, these shall be constructed on a rolling basis on each face and
follow around and do their work as it goes in, a few days or a week for each
building, depending on size.

Each Contractors preferred method shall take into account the particular issues,
e.g the MEWP being relatively heavy and possible damage to some block pavias,
or the soft ground – considering and including for the possible need to board out
the ground with protection, or steel channel raceway.

Refer to Appendix D: Kew Contractors Guide, as appended to Annex 2:


Employers Requirements. This encompasses “overhead working” and
”excavations” – in terms of the need for obtaining and reviewing site plans and
checking for drains, cables, gas, water mains, etc.

Builders work and Access:-

The LPS Contractor shall include for all Builders work In Connection (BWIC) and
access / scaffolding, method statements and CDM requirements, making good,
etc associated with organising a complete working package design and
installation with their design team, RBGK Estates (and English Heritage).

The Contractor shall note that the RBGK is a botanic garden, so protection of
plant beds and ground finishes and making good is an important aspect of the
works. These associated trades shall be directly employed by the LPS contractor
in order to provide a complete working package with all required attendances
provided by them and programmed and managed by the LPS as part of the
works.

1.3.3 Specific Electronic Surge Protection Works Overview - RBGK Buildings and
Monuments

Electronic surge protection (ESP) Lightning protection services shall also be


provided to the susceptible “copper” interconnecting systems cabling entering
buildings.

The additional identified vulnerable systems that required surge protection adding
as part of this contract, as defined in Tables 1 to 4 and the Specification
paragraphs here, following a recent Lightning strike at RBGK, are as below:-

 Kew Gate control systems PLC‟s


 Kew Security alarms - Satchwell
 Kew BMS - Schneider
 Kew Door controllers - Granta 5
 Kew CCTV multiplexers (main system already in fibre according to the report)
 Incoming main Telephones / ICT cabling, where conducting type copper
 Incoming main Power supply / external Distribution Board supplies

To fully define these quantums / positions per building the Contractor shall carry
out further detailed investigation to identify these locations in each building as

Page 40 of 105
part of their contract works (post tender). The LPS contractors are required to do
detailed survey / final LPS design, as part of their appointed works.

For each Building (priority 1‟s), the tenderer shall allow for a minimum of 8
Electronic Surge Protection sets (ESP‟s):-

 1 on the incoming mains power (allow for 3-phase) and


 7 on the incoming (copper conducting) electronic systems:-
 4 standard data communication, signal and telephone line type (2 wire lines,
50v type), for:-
o BMS,
o Kew Alarms,
o Kew Door Access System and
o Kew Fire Alarms (t.b.c if required)
 1 telephone exchange lines protector kit for 10 lines (provision, t.b.c if
required),
 1 CCTV coaxial protector (for the video side of the door entry) and
 1 data Ethernet type protector (provision, t.b.c)

The LPS contractor shall install all such mains and electronic systems ESP
protectors and allow for all such necessary investigation as to precise locations /
final numbers and wiring thereof / attendance and liaison.

The LPS contactor shall note that when installing the ESP surge protectors to
incoming mains power for each building that they will be taking on a transfer of
responsibility for the incoming main power switchboard during this time. They
shall provide associated method statements for safe electrical working and
continuation of electrical supply during the respective normal building hours of
operation, where practical and possible.

As well as to BSEN 62305, the Electronic Surge Protection devices (ESP‟s) shall
be selected in accordance with the BS 7671 IEE Wiring regulations, section 534
requirements, dovetailing with BSEN 62305‟s.

1.4 METHODOLOGY – SPECIFIC INDIVIDUAL BUILDING DELIVERABLES REQUIREMENTS

1.4.1 Individual Priority 1 / 1b Building LPS Works Deliverables Requirements

For phase 1, the Priority 1 / 1b buildings listed below have been identified as the
“highest” LPS risk areas at RBGK, as agreed with Estates. These shall form the
first phase of works for Lighting Protection systems retrofits at the RBGK Estate.

Priority 1 / 1b’s Buildings in the first phase of programmed RBGK works:-

 959/960 Kew Gallery/Cambridge Cottage (museum gallery)


 921 Evolution House (visitors attraction-education)
 965 Nash Conservatory (visitors space-exhibitions)
 953 Orangery (restaurant)
 919 Pavilion Restaurant
 920 Temperate House (visitors main attraction-education)
 935 Water Lily House (visitors attraction-education)
 945, 988 White Peaks Tea Bar (inc. Toilets: 988)

“Blue” indicates “Grade 1” listed

Page 41 of 105
“Grey” indicates “Grade 2” listed status

Refer to table 1 in the previous 1.2.2 sub-paragraph in this specification.

Page 42 of 105
1.4.1.1 Building 959 / 960 LPS Deliverables Requirements: Kew Gallery/Cambridge
Cottage (museum gallery), Grade 2 listed

1.4.1.1.1 Building 959 / 960: Table and Summary of Deliverables Requirements –

General Background and use of Building:-

Kew Gallery, a.k.a Cambridge Cottage, Buildings 959 / 960, is located in the
south-east corner of the RBGK Estate, within the visitor attractions gated
perimeter, also accessed on the public Kew Green side by staff.

It is currently used to display general poster artwork and illustrations from the
history of travel to Kew and the associated London underground campaign
posters. It also has offices we believe on the 1st floor.

The building is Grade 2 listed and the LPS system retrofit measures will need to
be the most unobtrusive (cables / tapes) (NB they are always to be unobtrusive
(tapes) at RBGK, even when not listed).

The English Heritage and LBR representative at RBGK shall to be consulted


during the preparation of the selected LPS Contactors design layout proposals -
for their review and subsequent for installation and sign off on completion, refer to
sub-paragraph 1.5.1 and 1.5.2.

Building Particulars:-

Refer to sub-paragraph 1.2.3, “priority 1‟s” spreadsheet table and notes for the
building details.

This table gives summary details of Mechanical and Electrical (M and E) services
connections, building construction, physical dimensions and start point (minimum)
numbers of down conductors and EPS sets (see sub-paragraph 1.3.2 and
1.4.1.1.3 below).

The Building is of a brick built construction with wooden floors and a shallow
pitched tiled roof with lead flashing on ridges, with perimeter brick low parapet
and stone capping (see the sample photographs in Appendix 3).

This Building 959/960 currently has no evidence of any existing lightning


protection – either LPS of the Building Physically, or ESP on the Electronic
systems entering the Building.

Risk Assessments:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements

The Contract requirement is for a LPS risk assessment and layout design in
accordance with BSEN 62305-2011, together with ESP surge protection of the
main power intake and main electronic systems connection.

1.4.1.1.2 Building 959 / 960: Physical LPS Lightning Protection Requirements –

LPS “risk category” - Intervals and Numbers (basis of tender):-

Page 43 of 105
Subject to the appointed LPS contractors design - for the basis of tender the risk
category has been assessed as “L3”, i.e requiring ≤ 15m down conductor / earth
reference rod pit intervals, a ≤ 15m x 15m roof mesh, all cross-bonded to a
perimeter roof tape.

Based on the RBGK provided footprint plan, this works out as a minimum to 10-
11 Down Conductors (DC), as the highlighted plan in Appendix 2. The tenderer
shall allow for 11 in total (minimum), if in their assessment the extended archway
entrance needs another DC location in their BSEN 62305 Tender assessment.

LPS Roof Network and Projections:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements.

The roof network shall be the normal PVC covered aluminium tape system mesh,
cross bonded to exposed metallic parts and air rods to chimneys, any aerials and
other projecting high points. The tenderer shall allow for a minimum of 4 chimney
rods, as indicted on the sample photos, but shall visit site to view the building(s)
to verify this during the tender.

Alternatively for least visible impact and also for EH approval being “listed”, the
lead flashing along the ridges shall be used in lieu of roof tapes, where this tests
out as electrically continuous, or can be bonded. The tenderer shall include the
worst case price for the tape or lead bonding in their tender.

LPS Down tapes, parallel paths and Earth Reference Pits:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The down conductors here (listed) shall be 8mm2 cross sectional
area (CSA) aluminium PVC covered solid conductor type to match the colour of
the brickwork and blend in.

Cross bonding to parallel metallic paths shall be provided, where in evidence, e.g
conducting rainwater down pipes (RWP) and the like, in accordance with BSEN
62305. The tenderer shall allow for a minimum of 2.

Earth rod, pits, test points and labelled test points shall be provided by the
Contractor.

The lightning protection system shall be connected to the protective equipotential


bonding for the building.

Builders work and Access:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The LPS Contractor shall include for all builders work, access and
scaffolding / MEWP‟s.

1.4.1.1.3 Building 959 / 960: Electronic ESP Lightning Protection Requirements –

Refer to sub-paragraph 1.3.2 for particular system installation standards and


requirements.

Page 44 of 105
The Contractor shall include to supply and install a minimum of 2 x of “the
standard”: 8 Electronic Surge Protection sets (ESP‟s) = 2 x 1 on the incoming
mains power (allow for 3-phase) and 2 x 7 on the incoming (copper conducting)
electronic systems.

The LPS contractor shall include for all necessary investigation as to precise
locations / final numbers and wiring thereof / attendance and liaison. Where
following contract appointment the quantities are reduced from these priced
quantums, the scope and contract price for this element will be adjusted
accordingly.

1.4.1.2 Building 921 LPS Deliverables Requirements: Evolution House (visitors


attraction-education), not “listed”

1.4.1.2.1 Building 921: Table and Summary of Requirements –

General Background and use of Building:-

The Evolution House, Building 921 is located in the south-west quadrant of the
RBGK Estate, within the visitor attractions gated perimeter. It is used as a visitors
experience and “prehistoric” plant habitat. The Building is not listed.

The building is not listed (the LPS system retrofit measures shall still be
unobtrusive tapes for all buildings at RBGK, even when not listed). Refer to sub-
paragraph 1.5.1 and 1.5.2. for sign off on completion.

Building Particulars:-

Refer to sub-paragraph 1.2.3, “priority 1‟s” spreadsheet table and notes for the
building details.

This table gives summary details of Mechanical and Electrical (M and E) services
connections, building construction, physical dimensions and start point (minimum)
numbers of down conductors and EPS sets (see sub-paragraph 1.3.2 and
1.4.1.1.3 below).

The Building is of a brick built construction with wooden floors and a shallow
pitched tiled roof with lead flashing on ridges, with perimeter brick low parapet
and stone capping (see the sample photographs in Appendix 3).

This Building 959/960 currently has no evidence of any existing lightning


protection – either LPS of the Building Physically, or ESP on the Electronic
systems entering the Building.

Risk Assessments:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements.

The Contract requirement is for a LPS risk assessment and layout design in
accordance with BSEN 62305-2011, together with ESP surge protection of the
main power intake and main electronic systems connection.

Page 45 of 105
1.4.1.2.2 Building 921: Physical LPS Lightning Protection Requirements –

LPS “risk category” - Intervals and Numbers (basis of tender):-

Subject to the appointed LPS contractors design - for the basis of tender the risk
category has been assessed as “L3”, i.e requiring ≤ 15m down conductor / earth
reference rod pit intervals, a ≤ 15m x 15m roof mesh, all cross-bonded to a
perimeter roof tape.

Based on the RBGK provided footprint plan, this works out as a minimum to 6
down conductors (DC), as the highlighted plan in Appendix 2.

LPS Roof Network and Projections:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements.

For least visible impact the metal framed glazing roof and walls members shall be
used by the Contractor as the roof collection network in lieu of roof tapes, where
this tests out electrically as continuous, or can be bonded. The tenderer shall
include the worst case price for the tape or metal framed cross bonding solution
in their tender.

The existing metal framing of the glazing shall be assessed by the Contractor and
electrically tested for use as the roof collection network by the LPS Contractor in
the course of their works and for tender shall be the base solution, together with
allowances for LPS cross bonds, where appropriate.

The roof network shall be cross bonded to air rods on the back of any projecting
high points.

LPS Down tapes, parallel paths and Earth Reference Pits:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The selected down conductors steel members shall be cross
bonded to a 25 x 3mm Aluminium PVC tape (brick colour to blend in), to the
bimetallic test point(s) and PVC copper into the ground to new earth pits and
rods.

Cross bonding to parallel metallic paths shall be provided, where in evidence, e.g
conducting rainwater down pipes (RWP) and the like, in accordance with BSEN
62305. The tenderer shall allow for a minimum of 2.

Earth rod, pits, test points and labelled test points shall be provided by the
Contractor.
The lightning protection system shall be connected to the protective equipotential
bonding for the building.

Builders work and Access:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The LPS Contractor shall include for all builders work, access and
scaffolding / MEWP‟s.

Page 46 of 105
1.4.1.2.3 Building 921: Electronic ESP Lightning Protection Requirements –

Refer to sub-paragraph 1.3.2 for particular system installation standards and


requirements.

The Contractor shall include to supply and install a minimum of 1 x of “the


standard”: 8 Electronic Surge Protection sets (ESP‟s) = 1 on the incoming mains
power (allow for 3-phase) and 7 on the incoming (copper conducting) electronic
systems.

The 7 Extra Low Voltage (ELV) surge protectors minimum to be provided for
tender, shall be verified during the course of the Contract works surveys, and
where the building in fact only requires 5 of the 7 ELV surge protectors (possibly
no door access or CCTV), this quantum shall be provided and installed instead.

The LPS contractor shall include for all necessary investigation as to precise
locations / final numbers and wiring thereof / attendance and liaison. Where
following contract appointment the quantities are reduced from these priced
quantums, the Contract sum shall adjusted for this element accordingly (in
accordance with the Tender return schedule of rates).

1.4.1.3 Building 965 LPS Deliverables Requirements: Nash Conservatory (visitors


space – exhibitions), grade 2 listed

1.4.1.3.1 Building 965: Table and Summary of Requirements –

General Background and use of Building:-

The Nash Conservatory, Building 965, is located in the north-east quadrant of the
RBGK Estate, within the visitor attractions gated perimeter. It is currently used to
house temporary display exhibitions to the public.

The building is Grade 2 listed and the LPS system retrofit measures shall to be
the most unobtrusive (cables and the use of existing metalwork, rather than tapes
/ finials, where possible).

The English Heritage and LBR representative at RBGK shall to be consulted


during the preparation of the selected LPS Contactors design layout proposals for
review and subsequent for installation and sign off on completion, refer to sub-
paragraph 1.5.1 and 1.5.2.

Building Particulars:-

Refer to sub-paragraph 1.2.3, “priority 1‟s” spreadsheet table and notes for the
building details. This table gives summary details of Mechanical and Electrical (M
and E) services connections, building construction, physical dimensions and start
point (minimum) numbers of down conductors and EPS sets (see sub-paragraph
1.3.2 and 1.4.1.1.3 below).

The Building is of a brick built construction with wooden floors and a shallow
pitched tiled roof with lead flashing on ridges, with perimeter brick low parapet
and stone capping (see the sample photographs in Appendix 3).

Page 47 of 105
This Building 959/960 currently has no evidence of any existing lightning
protection – either LPS of the Building Physically, or ESP on the Electronic
systems entering the Building.

The Building is of a stone construction with full height glazing between pillars and
a pitched roof and chimneys, with what appears to be a copper roof, c/w
perimeter lead edge flashing (see the sample photographs in Appendix 3).

This Building 965 currently has no evidence of any existing lightning protection –
either LPS of the Building Physically, or ESP on the Electronic systems entering
the Building.

Risk Assessments:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The Contract requirement is for a LPS risk assessment and layout
design in accordance with BSEN 62305-2011, together with ESP surge
protection of the main power intake and main electronic systems connection.

1.4.1.3.2 Building 965: Physical LPS Lightning Protection Requirements –

LPS “risk category” - Intervals and Numbers (basis of tender):-

Subject to the appointed LPS contractors design - for the basis of tender the risk
category has been assessed as “L3”, i.e requiring ≤ 15m down conductor / earth
reference rod pit intervals, a ≤ 15m x 15m roof mesh, all cross-bonded to a
perimeter roof tape.

Based on the RBGK provided footprint plan, this works out as a minimum to 6
down conductors (DC), as the highlighted plan in Appendix 2. The tenderer shall
allow for numbers as required in their BSEN 62305 Tender assessment.

LPS Roof Network and Projections:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. For least visible impact and also for EH approval being “listed”, the
copper roof and lead flashing along the perimeter shall be used in lieu of roof
tapes, where this tests out electrically as continuous, or can be bonded. The
tenderer shall include the worst case price for the tape or lead bonding in their
tender.

The existing “copper” roof metalwork and perimeter edge leadwork shall be
assessed by the Contractor and electrically tested for use as the roof collection
network by the LPS Contractor in the course of their works and for tender shall be
the base solution, together with allowances for LPS cross bonds, where
appropriate.

The roof network shall be cross bonded to air rods on the back of chimneys and
any other projecting high points. The tenderer shall allow for a minimum of 2
chimney rods, as the 1+ indicted on the sample photos, but shall visit site to view
the building(s) to verify this during the tender.

LPS Down tapes, parallel paths and Earth Reference Pits:-

Page 48 of 105
Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The down conductors here, being a Listed building, shall be 8mm2
aluminium PVC (CSA) aluminium PVC covered solid conductor type to match the
colour of the stonework and blend in.

Cross bonding to parallel metallic paths shall be provided, where in evidence, e.g
conducting rainwater down pipes (RWP) and the like, in accordance with BSEN
62305. The tenderer shall allow for a minimum of 2.

Earth rod, pits, test points and labelled test points shall be provided by the
Contractor.
The lightning protection system shall be connected to the protective equipotential
bonding for the building.

Builders work and Access:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The LPS Contractor shall include for all builders work, access and
scaffolding / MEWP‟s.

1.4.1.3.3 Building 965: Electronic ESP Lightning Protection Requirements –

Refer to sub-paragraph 1.3.2 for particular system installation standards and


requirements. The Contractor shall include to supply and install a minimum of 1 x
of “the standard”: 8 Electronic Surge Protection sets (ESP‟s) = 1 on the incoming
mains power (allow for 3-phase) and 7 on the incoming (copper conducting)
electronic systems. The 7 Extra Low Voltage (ELV) surge protectors minimum to
be provided for tender, shall be verified during the course of the Contract works
surveys, and where the building in fact only requires 5 of the 7 ELV surge
protectors (possibly no door access or CCTV), this quantum shall be provided
and installed instead.

The LPS contractor shall include for all necessary investigation as to precise
locations / final numbers and wiring thereof / attendance and liaison. Where
following contract appointment the quantities are reduced, the Contract sum shall
adjusted for this element accordingly (in accordance with the Tender return
schedule of rates).

1.4.1.4 Building 959 LPS Deliverables Requirements: Orangery (restaurant), grade


1 listed

1.4.1.4. Building 953: Table and Summary of Requirements –

General Background and use of Building:-

The Orangery restaurant, Building 953, including the Orangery rear extension, is
located in the north-east quadrant of the RBGK Estate, within the visitor
attractions gated perimeter.

It is currently used to as a restaurant and toilet facility for visitors to the Gardens.

The building is Grade 1 listed and the LPS system retrofit measures shall be the
most unobtrusive (cables / tapes) (NB they are always to be unobtrusive (tapes)
at RBGK, even when not listed).

Page 49 of 105
The English Heritage and LBR representative at RBGK shall to be consulted
during the preparation of the selected LPS Contactors design layout proposals for
review and subsequent for installation and sign off on completion, refer to sub-
paragraph 1.5.1 and 1.5.2.

Building Particulars:-

Refer to sub-paragraph 1.2.3, “priority 1‟s” spreadsheet table and notes for the
building details.

This table gives summary details of Mechanical and Electrical (M and E) services
connections, building construction, physical dimensions and start point (minimum)
numbers of down conductors and EPS sets (see sub-paragraph 1.3.2 and
1.4.1.1.3 below).

The Building is of a stone construction, with a shallow pitched tiled roof and
perimeter lead flashings (see the sample photographs in Appendix 3).

This Building 953 currently has no evidence of any existing lightning protection –
either LPS of the Building Physically, or ESP on the Electronic systems entering
the Building.

Risk Assessments:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The Contract requirement is for a LPS risk assessment and layout
design in accordance with BSEN 62305-2011, together with ESP surge
protection of the main power intake and main electronic systems connection.

1.4.1.4.2 Building 953: Physical LPS Lightning Protection Requirements –

LPS “risk category” - Intervals and Numbers (basis of tender):-

Subject to the appointed LPS contractors design - for the basis of tender the risk
category has been assessed as “L3”, i.e requiring ≤ 15m down conductor / earth
reference rod pit intervals, a ≤ 15m x 15m roof mesh, all cross-bonded to a
perimeter roof tape.

Based on the RBGK provided footprint plan, this works out as a minimum to 9
down conductors (DC), as the highlighted plan in Appendix 2 (the down
conductor marked on the NW “shelter” corner is anticipated as note required – as
this is lower level and shaded by a high tree).

The tenderer shall also include for 4 down conductors / roof tapes, pits etc for the
Orangery extension (as the sample picture). The tenderer shall allow for numbers
as required in their BSEN 62305 Tender assessment.

LPS Roof Network and Projections:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. For least visible impact and also for EH approval being “listed”, the
Lead flashing along the main ridge and perimeter flashing shall be used in lieu of
roof tapes, where this tests out as continuous, or can be bonded. The tenderer
shall include the worst case price for the tape or lead bonding in their tender.

Page 50 of 105
The roof network shall also incorporate PVC “red-brown” tile coloured roof
aluminium tapes to cross bond the roof leadwork (or tapes). Any exposed metallic
parts and air rods to chimneys, aerials, or other projecting high points shall also
be provided (none envisaged from the sample photos, but shall visit site to view
the building(s) to verify this during the tender.

LPS Down tapes, parallel paths and Earth Reference Pits:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The down conductors here (listed) shall be 8mm2 Cross Sectional
Area (CSA) aluminium PVC covered solid conductor type to match the colour of
the brickwork and blend in.

Cross bonding to parallel metallic paths shall be provided, where in evidence, e.g
conducting rainwater down pipes (RWP) and the like, in accordance with BSEN
62305. The tenderer shall allow for a minimum of 2.

Earth rod, pits, test points and labelled test points shall be provided by the
Contractor. The lightning protection system shall be connected to the protective
equipotential bonding for the building.

Builders work and Access:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The LPS Contractor shall include for all builders work, access and
scaffolding / MEWP‟s.

1.4.1.4.3 Building 953: Electronic ESP Lightning Protection Requirements –

Refer to sub-paragraph 1.3.2 for particular system installation standards and


requirements. The Contractor shall include to supply and install a minimum of 2 x
of “the standard”: 8 Electronic Surge Protection sets (ESP‟s) = 2 x 1 on the
incoming mains power (allow for 3-phase) and 2 x 7 on the incoming (copper
conducting) electronic systems.

The 7 Extra Low Voltage (ELV) surge protectors minimum to be provided for
tender, shall be verified during the course of the Contract works surveys, and
where the building in fact only requires 5 of the 7 ELV surge protectors (possibly
no door access or CCTV), this quantum shall be provided and installed instead.

The LPS contractor shall include for all necessary investigation as to precise
locations / final numbers and wiring thereof / attendance and liaison. Where
following contract appointment the quantities are reduced from these priced
quantums, the Contract sum shall be adjusted for this element accordingly (in
accordance with the Tender return schedule of rates).

1.4.1.5 Building 919 LPS Deliverables Requirements, Pavilion Restaurant, (not


“listed”)

1.4.1.5. Building 919: Table and Summary of Requirements –

General Background and use of Building:-

Page 51 of 105
The Pavillion restaurant, Building 919, is located in the south-east quadrant of the
RBGK Estate, within the visitor attractions gated perimeter.

It is currently used to as a restaurant and toilet facility for visitors to the Gardens.

The building is not listed (the LPS system retrofit measures shall still be
unobtrusive tapes for all buildings at RBGK, even when not listed). Refer to sub-
paragraph 1.5.1 and 1.5.2 for sign off on completion.

Building Particulars:-

Refer to sub-paragraph 1.2.3, “priority 1‟s” spreadsheet table and notes for the
building details.

This table gives summary details of Mechanical and Electrical (M and E) services
connections, building construction, physical dimensions and start point (minimum)
numbers of down conductors and EPS sets (see sub-paragraph 1.3.2 and
1.4.1.1.3 below).

The Building is of a wood built construction on a brick pier, with flat roofs and a
second floor plant areas set back from the perimeter (again flat roofed) (see the
sample photographs in Appendix 3).

This Building 919 currently has no evidence of any existing lightning protection –
either LPS of the Building Physically, or ESP on the Electronic systems entering
the Building.

Risk Assessments:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements

The Contract requirement is for a LPS risk assessment and layout design in
accordance with BSEN 62305-2011, together with ESP surge protection of the
main power intake and main electronic systems connection.

1.4.1.5.2 Building 919: Physical LPS Lightning Protection Requirements –

LPS “risk category” - Intervals and Numbers (basis of tender):-

Subject to the appointed LPS contractors design - for the basis of tender the risk
category has been assessed as “L4” (from a sample calculation), i.e requiring ≤
20m down conductor / earth reference rod pit intervals, a ≤ 20m x 20m roof mesh,
all cross-bonded to a perimeter roof tape.

Based on the RBGK provided footprint plan, this works out as a minimum to 8
down conductors (DC), as the highlighted plan in Appendix 2.

The tenderer shall allow for numbers as required in their BSEN 62305 Tender
assessment.

LPS Roof Network and Projections:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements.

Page 52 of 105
The roof network shall be the standard PVC covered aluminium tape system
mesh, cross bonded to exposed metallic parts and air rods to chimneys, aerials
and other projecting high points. The tenderer shall allow for a minimum of 2
chimney rods, as the 1 minimum indicted on the sample photo, but shall visit site
to view the building(s) to verify this during the tender.

LPS Down tapes, parallel paths and Earth Reference Pits:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements.

The down conductors shall be aluminium PVC covered 25 x 3mm tape type to
match the colour of the wall finishes and blend in, i.e brown “timber” colour for the
top roof level, dropping down to white “painted wood” colour for the lower level.

Cross bonding to parallel metallic paths shall be provided, where in evidence, e.g
conducting rainwater down pipes (RWP) and the like, in accordance with BSEN
62305. The tenderer shall allow for a minimum of 2.

Earth rod, pits, test points and labelled test points shall be provided by the
Contractor.

The lightning protection system shall be connected to the protective equipotential


bonding for the building.

Builders work and Access:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements.

The LPS Contractor shall include for all builders work, access and scaffolding /
MEWP‟s.

1.4.1.5.3 Building 919: Electronic ESP Lightning Protection Requirements –

Refer to sub-paragraph 1.3.2 for particular system installation standards and


requirements.

The Contractor shall include to supply and install a minimum of 2 x of “the


standard”: 8 Electronic Surge Protection sets (ESP‟s) = 2 x 1 on the incoming
mains power (allow for 3-phase) and 2 x 7 on the incoming (copper conducting)
electronic systems.

The 2 x 7 Extra Low Voltage (ELV) surge protectors minimum to be provided for
tender, shall be verified during the course of the Contract works surveys, and
where the building in fact only requires 2 x 5 of the 2 x 7 ELV surge protectors
(possibly no door access or CCTV), this quantum shall be provided and installed
instead.

The LPS contractor shall include for all necessary investigation as to precise
locations / final numbers and wiring thereof / attendance and liaison. Where
following contract appointment the quantities are reduced from these priced
quantums, the Contract sum shall be adjusted for this element accordingly (in
accordance with the Tender return schedule of rates).

Page 53 of 105
1.4.1.6 Temperate House LPS Deliverables Requirements (visitors main attraction
– education), Building 920 (grade 1 listed)

1.4.1.6.1 Building 920: Table and Summary of Requirements –

General Background and use of Building:-

The Temperate House, Buildings 920, is located in the south-west quadrant of


the RBGK Gardens visitor attractions gated perimeter. It is a visitors attraction 3
section glasshouse.

The building is Grade 1 listed and the LPS system retrofit measures shall be the
most unobtrusive (cables / tapes) (NB they are always to be unobtrusive (tapes)
at RBGK, even when not listed).

The English Heritage and LBR representative at RBGK shall to be consulted


during the preparation of the selected LPS Contactors design layout proposals for
review and subsequent for installation and sign off on completion, refer to sub-
paragraph 1.5.1 and 1.5.2.

Building Particulars:-

Refer to sub-paragraph 1.2.3, “priority 1‟s” spreadsheet table and notes for the
building details. This table gives summary details of Mechanical and Electrical (M
and E) services connections, building construction, physical dimensions and start
point (minimum) numbers of down conductors and EPS sets (see sub-paragraph
1.3.2 and 1.4.1.1.3 below).

The Building is of a steel and timber frame built construction with perimeter
ground floor decorative stonework and features, metal decking floors and a steep
pitched glazed metal mullions roof c/w timber ridge members and decorative
metal edgings (see the sample photographs in Appendix 3).

This Building 920 currently has no evidence of any existing lightning protection –
either LPS of the Building Physically, or ESP on the Electronic systems entering
the Building.

Risk Assessments:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The Contract requirement is for a LPS risk assessment and layout
design in accordance with BSEN 62305-2011, together with ESP surge
protection of the main power intake and main electronic systems connection.

In the case of this (and any other “listed” building assessments), the “angle of
protection” method, in lieu of the “rolling sphere” may be considered, id this gives
a lesser visual impact, whilst still providing full physical protection to BSEN
62305.

1.4.1.6.2 Building 920: Physical LPS Lightning Protection Requirements –

LPS “risk category” - Intervals and Numbers (basis of tender):-

Page 54 of 105
Subject to the appointed LPS contractors design - for the basis of tender the risk
category has been assessed as “L3”, i.e requiring ≤ 15m down conductor / earth
reference rod pit intervals, a ≤ 15m x 15m roof mesh, all cross-bonded to a
perimeter roof tape.

Based on the RBGK provided footprint plan, this works out as a minimum to 36
down conductors (DC), as the highlighted plan in Appendix 2.

LPS Roof Network and Projections:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements.

For least visible impact and also for EH approval being “listed”, the iron ridges
and decorative metal edgings shall be used in lieu of roof tapes, where this tests
out as electrically continuous, or sections can be cross bonded. The tenderer
shall include the worst case price for the tape or bonding to existing metalwork in
their tender

The roof network shall be cross bonded to exposed metallic parts and projecting
high points. The tenderer shall allow for a minimum of 2 x 4 corner stone larger
features around the perimeter lower level, as indicted on the sample photos, but
shall visit site to view the building(s) to verify this during the tender.

LPS Down tapes, parallel paths and Earth Reference Pits:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The down conductors here (“listed” building), shall link from the
roof existing metalwork bonded system and where present shall be 8mm2 (CSA)
aluminium PVC covered solid conductor type to match the “stone” colour of the
lower level columns and blend in, in accordance with the English Heritage
guidance in sub-paragraph 1.3.1.1.

Cross bonding to parallel metallic paths shall be provided, where in evidence, e.g
conducting rainwater down pipes (RWP) and the like, in accordance with BSEN
62305. For tender shall allow for a minimum of 4.

Earth rod, pits, test points and labelled test points shall be provided by the
Contractor. The lightning protection system shall be connected to the protective
equipotential bonding for the building.

Builders work and Access:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The LPS Contractor shall include for all builders work, access and
scaffolding / MEWP‟s.

1.4.1.6.3 Building 920: Electronic ESP Lightning Protection Requirements –

Refer to sub-paragraph 1.3.2 for particular system installation standards and


requirements. The Contractor shall include to supply and install a minimum of 3 x
of “the standard”: 3 x 8 Electronic Surge Protection sets (ESP‟s) = 3 x 1 on the
incoming mains power (allow for 3-phase) and 3 x 7 on the incoming (copper
conducting) electronic systems.

Page 55 of 105
The 3 x 7 Extra Low Voltage (ELV) surge protectors minimum to be provided for
tender, shall be verified during the course of the Contract works surveys, and
where the building in fact only requires 5 of the 7 ELV surge protectors (possibly
no door access or CCTV), this quantum shall be provided and installed instead.

The LPS contractor shall include for all necessary investigation as to precise
locations / final numbers and wiring thereof / attendance and liaison. Where
following contract appointment the quantities are reduced from these priced
quantums, the Contract sum shall adjusted for this element accordingly (in
accordance with the Tender return schedule of rates).

1.4.1.7 Water Lily House LPS Deliverables Requirements (visitors attraction -


education), Building 935 (grade 2 “listed”)

1.4.1.7.1 Building 935: Table and Summary of Requirements –

General Background and use of Building:-

The Water Lily House, Buildings 935, is located in the centre-east of the RBGK
Estate, within the visitor attractions gated perimeter, adjacent to the Palm House
(the Palm House having existing building lightning protection).

The Water Lily House is used as a visitors area for the central water lily pond and
other plants around the internal and external perimeter.

The building is Grade 2 listed and the LPS system retrofit measures shall be the
most unobtrusive (use of metal structure where possible – unobtrusive cables
instead of tapes where not).

The English Heritage and LBR representative at RBGK shall to be consulted


during the preparation of the selected LPS Contactors design layout proposals for
review and subsequently for installation and sign off on completion, refer to sub-
paragraph 1.5.1 and 1.5.2.

Building Particulars:-

Refer to sub-paragraph 1.2.3, “priority 1‟s” spreadsheet table and notes for the
building details.

This table gives summary details of Mechanical and Electrical (M and E) services
connections, building construction, physical dimensions and start point (minimum)
numbers of down conductors and EPS sets (see sub-paragraph 1.3.2 and
1.4.1.1.3 below).

The Building is of a steel framed glazed construction down to ground, with a


shallow pitched glazed roof (see the sample photographs in Appendix 3).

This Building 935 currently has no evidence of any existing lightning protection –
either LPS of the Building Physically, or ESP on the Power (or Electronic
systems) entering the Building.

Risk Assessments:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The Contract requirement is for a LPS risk assessment and layout

Page 56 of 105
design in accordance with BSEN 62305-2011, together with ESP surge
protection of the main power intake and main electronic systems connection.

1.4.1.7.2 Building 935: Physical LPS Lightning Protection Requirements –

LPS “risk category” - Intervals and Numbers (basis of tender):-

Subject to the appointed LPS contractors design - for the basis of tender the risk
category has been assessed as “L3”, i.e requiring ≤ 15m down conductor / earth
reference rod pit intervals, a ≤ 15m x 15m roof mesh, all cross-bonded to a
perimeter roof tape.

Based on the RBGK provided footprint plan, this works out as a minimum to 5
down conductors (DC), as the highlighted plan in Appendix 2.

LPS Roof Network and Projections:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements.

For least visible impact and also for EH approval being “listed”, the existing
glazed roof metal framework shall be assessed and tested for use as the roof
collection network by the LPS Contractor in the course of their works and for
tender shall be the base solution, together with allowances for LPS cross bonds,
where appropriate. The tenderer shall include the worst case price for the tape or
lead bonding in their tender.

LPS Down tapes, parallel paths and Earth Reference Pits:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements.

For least visible impact and also for EH approval being “listed”, the down
conductor connections at the low level test points here shall be 8mm2 (CSA)
aluminium PVC covered solid conductor type to match the colour of the white
painted glazing members and blend in.

Cross bonding to parallel metallic paths shall be provided, where in evidence, e.g
conducting rainwater down pipes (RWP) and the like, in accordance with BSEN
62305. The tenderer shall allow for a minimum of 2.

Earth rod, pits, test points and labelled test points shall be provided by the
Contractor.
The lightning protection system shall be connected to the protective equipotential
bonding for the building.

Builders work and Access:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements.

The LPS Contractor shall include for all builders work, access and scaffolding /
MEWP‟s.

Page 57 of 105
1.4.1.7.3 Building 935: Electronic ESP Lightning Protection Requirements –

Refer to sub-paragraph 1.3.2 for particular system installation standards and


requirements.

The Contractor shall include to supply and install a minimum of 1 x of “the


standard”: 8 Electronic Surge Protection sets (ESP‟s) = 1 on the incoming mains
power (allow for 3-phase) and 7 on the incoming (copper conducting) electronic
systems.

The 7 Extra Low Voltage (ELV) surge protectors minimum to be provided for
tender, shall be verified during the course of the Contract works surveys, and
where the building in fact only require 3 of the 7 ELV surge protectors (likely no
electronic door access, CCTV, Fire Alarms (FA‟s), data or telephone).

The LPS contractor shall include for all necessary investigation as to precise
locations / final numbers and wiring thereof / attendance and liaison. Where
following contract appointment the quantities are reduced from these priced
quantums, the Contract sum shall be adjusted for this element accordingly (in
accordance with the Tender return schedule of rates).

1.4.1.8 White Peaks tea bar (inc. toilets 988) LPS Deliverables Requirements,
Building 945 and 988 (not “listed”)

1.4.1.8.1 Building 945 and 988: Table and Summary of Requirements –

General Background and use of Building:-

The White Peaks Tea Bar is located in the north-west quadrant of the RBGK
Estate, within the visitor attractions gated perimeter.

It is currently used as a café area, shop, toilets and occasional photographic


display area.

The building is not listed (the LPS system retrofit measures shall still be
unobtrusive tapes for all buildings at RBGK, even when not listed). Refer to sub-
paragraph 1.5.1 and 1.5.2. for sign off on completion.

Building Particulars:-

Refer to sub-paragraph 1.2.3, “priority 1‟s” spreadsheet table and notes for the
building details.

This table gives summary details of Mechanical and Electrical (M and E) services
connections, building construction, physical dimensions and start point (minimum)
numbers of down conductors and EPS sets (see sub-paragraph 1.3.2 and
1.4.1.1.3 below).

The Building is of a Metal framed glazed panel ground level construction, with
canopied “top hat” UPVC type roof sections (see the sample photographs in
Appendix 3).

This Building 945 and 988 currently has no evidence of any existing lightning
protection – either LPS of the Building Physically, or ESP on the Electronic
systems entering the Building.

Page 58 of 105
Risk Assessments:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The Contract requirement is for a LPS risk assessment and layout
design in accordance with BSEN 62305-2011, together with ESP surge
protection of the main power intake and main electronic systems connection (in
accordance with BSEN 62305-2011).

1.4.1.8.2 Building 945 and 988: Physical LPS Lightning Protection Requirements –

LPS “risk category” - Intervals and Numbers (basis of tender):-

Subject to the appointed LPS contractors design - for the basis of tender the risk
category has been assessed as “L3”, i.e requiring ≤ 15m down conductor / earth
reference rod pit intervals, a ≤ 15m x 15m roof mesh, all cross-bonded to a
perimeter roof tape (where required) and finial system for the peaked UPVC type
material roof canopies in this case.

Based on the RBGK provided footprint plan, this works out as a minimum to 9
down conductors (DC), as the highlighted plan in Appendix 2. However, the
tenderer shall actually allow for a minimum of 11 in total (as the main peaked
canopy area has 8 peaks rather than the 6 down conductor bonds required
around the perimeter without this).

LPS Roof Network and Projections:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements.

The roof network shall be the standard PVC covered aluminium tape/cable
system mesh, cross bonded to exposed metallic parts and air rods to chimneys,
aerials and other projecting high points. The tenderer shall allow for a minimum of
10 peaked canopy roof rods here, as indicted on the sample photos (8 visible,
with a tender allowance here for an additional 2), but shall visit site to view the
building(s) to verify this during the tender.

It is envisaged that for the main canopied roof section, that by providing roof
finials at the top of each of the peaked canopies, complete with a PVC covered
cable dropping down to the perimeter and down on a mullion to ground, that this
section does not also need a general mesh system (within the shaded zone of
protection). For the non-peak canopy areas, a conventional roof tape mesh
system shall be provided and cross bonded back to the canopy system.

LPS Down tapes, parallel paths and Earth Reference Pits:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The down conductors here for the canopies shall be 8 mm2 PVC
covered cable (“off white” to best match the finishes), dropping down on the main
window mullions, where required.

For the remainder for the roof areas the standard 25 x 3 mm2 aluminium PVC
covered tape conductor type system may be sued, to match the colour of the “off
white” roof canopies and blend in.

Page 59 of 105
Cross bonding to parallel metallic paths shall be provided, where in evidence, e.g
conducting rainwater down pipes (RWP) and the like. For tender assume 2 in this
case.

Earth rod, pits, test points and labelled test points shall be provided.

The lightning protection system shall be connected to the protective equipotential


bonding for the building.

Builders work and Access:-

Refer to sub-paragraph 1.3.1 and 1.3.1.1 for particular installation standards and
requirements. The LPS Contractor shall include for all builders work, access and
scaffolding / MEWP‟s.

1.4.1.8.3 Building 945 and 988: Electronic ESP Lightning Protection Requirements –

Refer to sub-paragraph 1.3.2 for particular system installation standards and


requirements. The Contractor shall include to supply and install a minimum of 2 x
of “the standard”: 2 x 8 Electronic Surge Protection sets (ESP‟s) = 2 x 1 on the
incoming mains power (allow for 3-phase) and 2 x 7 on the incoming (copper
conducting) electronic systems.

The LPS contractor shall include for all necessary investigation as to precise
locations / final numbers and wiring thereof / attendance and liaison. Where
following contract appointment the quantities are reduced from these priced
quantums, the Contract sum shall be adjusted for this element accordingly (in
accordance with the Tender return schedule of rates).

1.4.2 Phase 2 – Priority 2 Specific Building Works Deliverables Requirements

General Background and use of Buildings:-

The Priority 2 buildings form the phase 2 part of the contract being tendered here
are “residential“ (assessed for tender as L1 risk category) and main “office” areas
(assessed for tender as generally L3 risk category, L4 when a smaller building).

These 23 buildings, as the Table 2 in sub-paragraph 1.2.3, are for the most part
located around the Kew Green area, with some around the Kew Palace North-
West corner.

These buildings are almost exclusively used by staff of RBGK.

The majority of the buildings are Grade 2 listed, mainly the residential, with some
of the offices. The LPS system retrofit measures shall need to be the most
unobtrusive (cables / tapes) (NB they are always to be unobtrusive (tapes) at
RBGK, even when not listed).

The English Heritage and LBR representative at RBGK shall to be consulted


during the preparation of the selected LPS Contactors design layout proposals for
review and subsequent for installation and sign off on completion, refer to sub-
paragraph 1.5.1 and 1.5.2.

Building Particulars:-

Page 60 of 105
Refer to sub-paragraph 1.2.3, “priority 2‟s” Table 2 and notes for the building
details.

This table gives summary details of M and E services connections, building


construction, physical dimensions, also for numbers of down conductors and EPS
sets, to be used as start point for the Tenderers risk assessment returns. The
Contractor shall carry out actual BSEN 62305 risk assessments prior to these
phased works

Refer to the sample photographs in Appendix 3, covering the Priority 1‟s and the
majority of Priority 2 and 3 Buildings.

These buildings currently have no evidence of any existing lightning protection –


either LPS of the Building Physically, or ESP on the Electronic systems entering
the Building.

Risk Assessments:-

Refer to sub-paragraph 1.3.1, 1.3.1.1 and 1.3.2 for particular design and
installation standards and requirements

The Contract requirement is for a LPS risk assessment and layout design in
accordance with BSEN 62305-2011, together with ESP surge protection of the
main power intake and main electronic systems connection.

The Contractor shall be required to consider where a surface roof tape and down
conductor system is the most appropriate and discrete, whether the metal
framework (glasshouses) is appropriate, if higher objects such as buildings or
trees will be shielding, or if taller air terminal rods, or even catenary wires are
more appropriate, where more sympathetic to visual appearance or listed status /
cultural heritage.

1.4.3 Phase 3 – Priority 3, 5 and 5 Specific Building Works Deliverables


Requirements

General Background and use of Buildings:-

These Priority 3, 4 and 5 buildings form the phase 3 part of the contract being
tendered. They are either where “additional surge protection required“ (only), or
“monuments”, or “other key infrastructure” (electrical supplies or main heating to
blocks) (assessed for tender as generally L2 risk category where “gas or oil”, L4
elsewhere where just “electrical”).

These 50 buildings and monuments, as the Table 3, 4 and 5 in sub-paragraph


1.2.3, are for the most part located around the Kew Green area, also around the
perimeter wall gates and commercial glasshouse areas, etc.

These buildings are used by staff of RBGK and also visitors.

The majority of the buildings are not “listed” (the exceptions only requiring
additional electronic and mains power surge protection). The LPS system retrofit
measures shall need to be the unobtrusive (cables / tapes), as the standard at
RBGK.

Building Particulars:-

Page 61 of 105
Refer to sub-paragraph 1.2.3, “priority 3‟s, 4‟s and 5‟s” spreadsheet table and
notes for the building details.

The 1.2.3 sub-paragraph follow on spreadsheet pages cover the remainder of the
RBGK estate and are also given here for reference, but no LPS works are
required for these in this tender, unless indicated.

This1.2.3 sub-paragraph table gives summary details of M and E services


connections, building construction, physical dimensions, also for the numbers of
down conductors and EPS sets to be used as start point for the Tenderers risk
assessment returns. The Contractor shall carry out actual BSEN 62305 risk
assessments prior to each of these phased works.

Refer to the sample photographs in Appendix 3, covering the Priority 1‟s and the
majority of Priority 2 and 3 Buildings only – as a sample).

These buildings currently have only physical existing lightning protection (priority
3‟s) –requiring additional ESP on the Electronic systems entering the Building.
Alternatively in the case of priority 4‟s and 5‟s these have no physical lightning
protection, but are sometimes shaded by adjacent higher buildings or trees and
so will still only need surge protection.

Risk Assessments:-

Refer to sub-paragraph 1.3.1, 1.3.1.1 and 1.3.2 for particular design and
installation standards and requirements The Contract requirement is for a LPS
risk assessment and layout design in accordance with BSEN 62305-2011,
together with ESP surge protection of the main power intake and main electronic
systems connection.

For tender, a “schedule of rates” (items) and tendering LPS contractors common
approach to these priority 2, and 3 / 4 / 5 areas is required.

1.5 PROGRAMME – SEQUENCE OF WORKS AND DESIGN SUBMITTALS

1.5.1 Overview and programme sequence

Sequence of works - Lightning Protection Tendering – Design and Installation


Contractor

-Mobilisation and Start on Site (priority 1‟s) 80d (all “d”, days are working
days)
-Contractor submits drawings (priority 1‟s) 10d
-Contractor mobilisation (priority 1‟s) 10d (in parallel to the above)
-RBGK Contract Management Team review and
-EH review of scheme drawings (1‟s) 20d
-Installation Period and EH approval for priority
1 / 1b buildings 50d

Design and Installation Period for priority 2 buildings 10 months follow on target
programme (1.5m risk assess,
2m drawings / mobilise / EH
approval, 6.5m install)

Page 62 of 105
Design and Installation Period for priority 3, 4
and 5 buildings 12 months follow on target
(2m risk assess, 2.5m
drawings / mobilise / EH
approval, 7.5 m install)
programme

Installation Period Programme -

Refer to client team project managers “Installation Programme”, as included here


in Appendix 5. This shall be referred to for full detail of the post award
appointment Design and Installation works phase programme and particulars.

The Contractors shall program in the first phase to carry out the works for the 8
Priority 1 and 1b buildings.

This is programmed in summary as a 2 month installation period, preceded by a


10 day mobilisation.

It is anticipated that the LPS contractor will elect to use 2 crews working in
parallel. Possibly also a 3rd crew for the larger Temperate House, or other LPS
Contractor preferred “team” arrangement to meet the programme.

Working on the RBGK site is in “normal” working hours, Monday to Friday (07:30-
18:00) and Saturday (07:30-13:00), with no work allowed on Sunday‟s or bank
holidays. For actual fully defined details on “working hours” – refer to Annex 2:
Employers Requirements and its Appendix D: Kew Contractors Guide.

The Contractor shall note in the Kew Contractors Guide – referred to vehicle
management paragraph that it is Kew‟s policy that no vehicles are allowed in the
gardens (public visitors site overall), after the hours of public opening (9.30am to
“dusk”, varies). Vehicles outside of these times however are normally acceptable,
by prior agreement, where unavoidable.

1.5.2 Phase Stage Agreement and Sign off

The Tenderer shall re-carry out final detail risk assessments for phase 1/1b
priority initially following Contract award. Subsequently also for subsequent
phases 2 and 3 works, prior to the start of each Phase, the Contractor shall
provide their methodology of approach to the requirements of the “listed”
buildings and monuments, as appropriate. These shall then be reviewed and
agreed by the RBGK Contract Management team, prior to commencement of
installation works on the said phase buildings by the Contractors team.

1.5.3 BSEN62305 Risk Assessments and Design Submittals

During the Lightning Protection Contractor (LPS) mobilisation period, post


appointment, there shall be a 10 day period for the Clients Technical Team
“Approval” of the LPS Contractor Schemes, i.e review, with comments, by the
RBGK Contract Management team and English Heritage and LBR representative.

The Tenderer shall carry out risk assessments for phase 1/1b priority works
during the tender period. Upon appointment, the LPS contractor shall

Page 63 of 105
immediately mobilise to commence developing their BSEN 62305 tendered risk
assessments into physical LPS plans for the building protection and associated
builders work, together with electronic surge arrestor systems. These shall be
submitted as design proposals by the end of the initial 10 day period for RBGK
Contract Management Team comment and approval.

Design drawing submittals will be required for the risk assessments for review
and agreement with the Clients team, RBGK and the English Heritage / LBR
representative.

See later general technical paragraph 2 in this specification volume for review
procedures general detail.

1.5.4 Schedule of samples

Lightning Protection System Equipment: Furze products, or equal approved to


BSEN62305, samples, as below:-

 Conductor tape,
 Bonds,
 Surge protection devices,
 earth rod electrodes,
 pit housings and covers
 other key visible components,
 and as otherwise required by English Heritage representative

The above samples shall be provided for RBGK Contract Management Team
and EH approval, prior to the commencement of any works on site.

2 GENERAL PROCEDURAL REQUIREMENTS

2.1 SCOPE, REGULATIONS AND STANDARDS

2.1.1 Specification Scope

2.1.1.1 This Specification covers the supply, installation and testing of all necessary
equipment required for the complete Lightning protection Services as described
in the attached Contract Documents and incorporates standard descriptions for
equipment and the installation to be provided under this Contract. The clauses
shall be read in conjunction with the accompanying General Conditions of
Contract, Schedules and Drawings.

Where, for special reasons, requirements in paragraph 1‟s, differ from those
included in this General Specification and are specified in the particular detail
Specification or on the associated drawings, then such special requirements shall
supersede the general requirements of this particular Specification Paragraph.

The words 'as indicated', 'where indicated', 'unless otherwise indicated', refer to
requirements identified elsewhere in the documents issued in connection with the
Contract, eg on a drawing, in the specification or in a schedule.

The extent of the work shall comprise the whole labour and materials required to
form a complete installation, together with such tests, adjustments and
commissioning as prescribed in subsequent clauses and otherwise as may be
Page 64 of 105
required in order to provide an effective working installation to the satisfaction of
the Employers Representative.

The words 'complete installation' in the foregoing clause shall mean not only the
major items of plant and equipment covered by this Specification, but all the
incidental sundry components that are required for the complete execution of the
works; also for the proper operation of the installation, together with associated
labour charges, whether or not these sundry components are mentioned in detail
in the tender documents issued in connection with the Contract, and cost of
design.

2.1.2 Compliance with Regulations

2.1.2.1 The work shall comply with all relevant statutory instruments and regulations at
the date of construction and in particular with the following:-

2.1.2.2 The requirements of the Local Authority Planning Department, District Surveyor
or equivalent.

2.1.2.3 The requirements of the Local Authority Environmental Health Department.

2.1.2.4 The requirements of the Local Fire Officer.

2.1.2.6 The Local Electricity Authority Regulations.

2.1.2.8 The 2008 U.K. Building Regulations (as current update at the date of tender).

2.1.2.9 The requirements of the U.K. Health and Safety Executive.

2.1.2.10 The Fire Precautions Act.

2.1.2.12 BS.7671, formerly 17th Edition of the Wiring Regulations issued by the Institution
of Electrical Employers Representatives (Incorporating all amendments up to
date of Tender).

2.1.2.13 Regulations under the Electricity Acts issued by the Department of Energy.

2.1.2.14 Electricity Association Technical Specifications formally issued as Electricity


Supply Industry (E.S.I.) Standards issued by the British Electricity Supply
Industry.

2.1.3 British Standards

2.1.3.1 All installations and materials used for the works shall be carried out and provided
in full compliance with the appropriate Specifications or Codes of Practice issued
by the British Standards Institution.

The letters 'BS' and 'CP' shall be deemed to refer to the latest British Standard
Specification and Codes of Practice respectively.

2.1.4 Quality Assurance

2.1.4.1 The Contractor shall, where possible, supply equipment only from manufacturers
who have a certified Quality Assurance scheme in accordance with BS 5750 Part

Page 65 of 105
1. When submitting manufacturer's information for approval, a copy of the BS
5750 certification document shall be included in the submission.

The Contractor shall also provide details of his own site Quality Assurance
system together with a copy of the BESCA Certification or a statement on intent
to gain Certification.

2.1.5 Workmanship and Materials

2.1.5.1 Materials and workmanship generally shall be of the highest standard and the
Specification shall be closely adhered to.

Where materials or equipment are not described in detail they shall be of the best
quality available and shall comply with the appropriate BS. The Contractor shall, if
required, submit drawings or samples of such materials or equipment to the
Employers Representative for his approval before use on the Contract works.

2.2 DRAWINGS, INFORMATION AND SAMPLES

2.2.1 Tender Documents and Drawings

2.2.1.1 The whole of the Services at present envisaged are indicated in the Tender
Documents and Appendices included in the Tender Documents.

This Specification has been prepared to indicate the quality of materials and
workmanship required. In order to avoid mis-interpretation, any doubts as to the
full intent of this specification or accompanying drawings shall be resolved prior to
the completion of the tender.

The scheduled Tender drawings illustrate the design intent for Electrical Services
which together with any written directions issued by the Employers
Representative shall form the basis for the preparation by the Contractor of a set
of working drawings adequate to provide all information needed to set out and
effect the coordinated installation of the Contract works co-ordination with other
trades.

Notwithstanding any dimensions which may be given on the drawings the


Contractor shall check all dimensions required for the manufacture of any
materials, products or construction and the cost of taking such dimensions is
deemed to be included in the Tender.

2.2.2 Precedence Between Drawings, Specification and Other Documents

2.2.2.1 This Specification shall be read in conjunction with the tender drawings. If any
variations between the drawings and specification occur the latter is to take
precedence and detail drawings shall take precedence over small scale drawings.
However, the Contractor shall draw to the Employers Representative's attention
any significant discrepancies before assuming a particular interpretation.

If any variations occur to any regulations, statutory instruments or British


Standards etc, the drawings and specification shall take precedence. The
Contractor shall however, refer any such discrepancies to the Employers
Representative before assuming a particular interpretation particularly in respect
of statutory instruments, regulations or British Standards.

Page 66 of 105
2.2.3 Installation Drawings

2.2.3.1 During the Lightning Protection Contractor mobilisation period, post appointment
– the there will need to be a 10 days period for the Clients Technical Team
“Approval” (review, with comments), by the Employers Representative and
English Heritage, LBR, RBGK, etc, of the LPS Contractor Schemes.

The Contractor shall prior to ordering and installation prepare design installation
Drawings for the whole of the Lightning Protection Services Works in accordance
with the requirements of the programme.

Within five working days from the placing of a contract, the Contractor shall
produce a programme detail indicating his production sequence for installation
drawings. The programme shall be arranged so that the design installation
drawings shall be submitted sequentially for examination in due time to meet the
contract construction programme.

Electronic PDF copies of each design installation drawing shall be issued to the
Employers representative for examination purposes. These prints shall be clearly
marked "For Review".

When drawings have been returned stamped either Status A (reviewed - no


comment) or Status B (reviewed as noted), the Contractor shall incorporate
comments if returned Status B and shall issue each drawing to the Employers
Representative stamped "Issued for Construction".

If the drawing is returned stamped Status C (returned for correction), the


Contractor shall amend the drawing to take account of the comments, and
resubmit for examination and issuing. The procedure for re-submittal shall be
treated as an initial submittal. Each time a drawing is re-submitted for
examination it must be treated as a revision.

In preparing his programme for the execution of the contract works, the
Contractor shall allow five working days for the design team's first examination of
the design installation drawings, and five working days for second or subsequent
examinations.

Responsibility for errors in the installation drawings irrespective of whether or not


the drawings have been examined by the Employers Representative shall remain
with the Contractor and no additional costs whatsoever will be payable as a result
of any error.

The contract drawings shall not be considered to be the installation drawings.


Electronic copies of the Contract drawings can be provided if these are
considered by the Contractor to represent a suitable base from which the
installation drawings can be prepared.

Installation drawings shall be prepared to an approved scale and shall also form
the basis of the 'as installed record' drawings as detailed elsewhere in this
paragraph 2.3.1 of the Specification. General layout drawings shall be to 1.50
scale, or other approved, with details at a larger scale as necessary.

Page 67 of 105
The Contractor shall consult the current record drawings and site installation as
appropriate during the preparation of his drawings and ensure the installations
are physically coordinated.

Where the principles and intent of design are affected notice of the conflict shall
be given to the Employers Representative.

The Tender drawings show the location in principle for the various services. The
detailed position shall be determined and coordinated by the Contractor and
shown on the Installation drawings.

All Installation Drawings shall make allowance for and indicate access areas
required for the maintenance of Electrical Services plant and equipment
particularly those in electrical plantrooms.

All wiring diagrams shall clearly indicate that wiring which forms part of or is
connected to the equipment as delivered and shall include the following minimum
information to enable the site connections and wiring to be completed:-

1. Maximum electrical loading for each power cable.


2. Cable size and termination facilities.
3. Cable identification and all terminal numbers.

The Contractor's drawings shall be titled in an approved manner with the title
block fully indicating the part of the works to which they apply. Drawings shall be
numbered in sequences and an approved numbering system shall be agreed.

Please refer to RBGK CAD Standards manual as referred to in the Contract


conditions other document paragraph of the Employers requirements and
appended there.

Successfully "Reviewed" drawings shall not be departed from except with the
written approval of the Employers Representative.

The Contractor shall be responsible for correcting any discrepancies, errors or


omissions in the drawings and other particulars supplied by him, whether or not
such drawings and particulars have been approved by the Employers
Representative.

Information contained in any of the drawings supplied by the Employers


Representative shall not be utilised for any purpose other than for the Contract
Works and any such information shall not be communicated to other parties for
other purposes without the specific approval of the Employers Representative.

The Electrical Services Installation Drawings shall include the following:-

Detailed coordinated layout drawings of all services and equipment to be


supplied and installed by the Contractor. The drawings shall be fully dimensioned
to show position and level of all services and equipment.

Detailed layout drawings of all manufacturers equipment supplied and installed


by the Contractor.

Page 68 of 105
2.2.4 Builders Work

2.2.4.1 The expression 'Builders Work', or Builders Work In Connection” (BWIC) shall
mean that work which will be carried out in connection with, or consequent to the
Lightning Protection System Electrical Services defined in this Specification and
shall embrace the following:-

a) The cutting and forming of holes for services through walls, floors,
ceilings, partitions, roofs, etc, and making good.
b) The building of manholes, pits, etc.

All builders work associated with the services installation as outlined above is to
be provided by the Lightning Protection System package of works.

The marking out of, providing templates for, and supervising of all builders work
required shall be carried out by the Contractor to meet the requirements of the
Contract Programme.

2.2.4.2 Lightning Protection System Builders work:

As BSEN 62305, E.4.2.2.2.5 Builder and installer - agreement on the following


items shall be reached between by the LPS installer:

a) the form, position and number of primary fixings of the LPS to be provided by
the builder;

b) any fixings provided by the Contractor;

c) the position of LPS conductors to be placed around the structure;

d) for steel-framed structures, the number and position of stanchions and the
form of fixing to be made for the connection of earth terminations and other
components of the LPS;

e) whether metal coverings, where used, are suitable as components of the


LPS;

f) the method of ensuring the electrical continuity of the individual parts of the
coverings and their method of connecting them to the rest of the LPS where
metal coverings are suitable as components of the LPS;

g) the nature and location of services entering the structure above and below
ground including television and radio aerials and their metal supports, metal
flues and window cleaning gear;

h) coordination of the structure's LPS earth-termination system with the bonding


of power and communication services;

i) the construction to be employed for roofs and walls in order to determine


appropriate methods of fixing LPS conductors, specifically with a view to
maintaining the watertightness of the structure;

Page 69 of 105
j) the most suitable choice of metal for the conductors taking account of
corrosion, especially at the point of contact between dissimilar metals;

k) the preparation of drawings incorporating the above details and showing the
positions of all conductors and main components;

2.2.5 Approval of Drawings/Information

2.2.5.1 All drawings, schedules and other information provided by manufacturers and
suppliers shall be approved by the Contractor and such approval shall ensure
that all requirements of the contract documentation have been incorporated.

When this procedure has been completed, the Contractor shall forward two paper
prints of the approved drawings or two copies of the approved schedules or other
information to the Employers Representative for record purposes.

Any costs arising from failure to meet the above conditions shall be borne by the
Contractor at no cost to the Contract.

2.2.6 Test Notices

2.2.6.1 Allow for all formalities in connection with Test Notices, Agreement and
Application for Supply Forms etc, and that all such documents requiring the
Employer's signature are forwarded to the Employers Representative in ample
time.

Additional payments will not be made as are incurred due to reconnections,


re-visits etc, by English Heritage or any other officials.

2.2.7 Samples of Workmanship

2.2.7.1 The contract shall include for providing samples of the items of equipment and
finishes indicated on the 'Schedule of Samples' for the Employers
Representative's approval.

2.2.7.2 The samples shall be submitted to the Employers Representative as soon as


possible after the order for the work has been placed so that the subsequent
delivery of the associated equipment will not be delayed. No orders shall be
placed until the Employers Representative has approved the samples.

All samples shall be correctly labelled and forwarded to the Employers


Representative's office or to the site as directed by the Employers
Representative. At least 10 working days shall be allowed for approval of
samples by the Employers Representative.

Unless otherwise stated, approved samples shall be retained on site by the


Employers Representative, who will reject all such materials which do not
correspond with the approved samples. Rejected materials shall be removed
from the site immediately.

The Contract shall include for the cost of remedial work or tests and inspections
necessary due to unsatisfactory material and/or equipment.

Page 70 of 105
2.2.8 Finalised Position of Points

2.2.8.1 It shall be noted that the positions of all points and equipment shown on the
attached drawings are approximate only and are for the guidance in the
preparation of the tender.

2.2.8.2 The Contract shall include for the determination on site of the finalised position of
all points and equipment in collaboration with the Employers
Representative/Architect and/or Building Contractor. The Tender shall allow for
the movement of all points and equipment up to a radius of 2.0m from the
positions shown on the attached drawings.

2.2.8.3 Unless otherwise stated, or indicated by the Employers Representative, Building


layout drawings will normally be kept on site by the Contractor, and the positions
of all points, etc, shall be checked in relation to the positions shown on these
drawings before any work is commenced.

2.2.8.4 The tenderer will be held responsible for all alterations made necessary due to
non-compliance with the requirements of this clause.

2.3 HANDOVER PROCEDURES AND DOCUMENTATION

2.3.1 Operation and Maintenance Instruction Manuals

2.3.1.1 Three copies of a manual shall be provided 10 working days prior to the
anticipated completion date of the contract and shall contain complete
operational and maintenance instructions for the installation.

2.3.1.2 The manual shall be written in such a manner to convey precise information to
enable that individual installation to be satisfactorily operated and maintained by
trained personnel. Completed manuals shall be of a standard and finish equal to
this specification with durable binders and properly printed covers. The manuals
shall have a comprehensive index and be compiled into sections in ring binders.

2.3.1.3 The operation and maintenance manuals shall comply with The British Services
Research and Information Association (BSRIA) publication „Operating and
Maintenance Manuals for building services installation‟. Unless otherwise stated
manuals shall be prepared to Class „D‟.

2.3.1.4 The purpose of the manuals is generally outlined below:-

a) Familiarise maintenance staff with the overall philosophy of the project.


b) Act as central point of reference and as such, to contain specific
references to Record Drawings and Vendors/ Manufacturers literature to
enable the reader to easily locate further information.
c) Give all the specific information and instructions including safety
information, to enable an operator, of technician level, to manually start
and run each system included in the Contract. This shall also include
procedures for start-up of systems after an emergency shutdown.
d) Provide information and warnings necessary to ensure the health and
safety of the general public together with operating and maintenance staff.
e) Maintenance schedules broken down into periodic routines i.e. daily,
weekly, monthly etc.

Page 71 of 105
f) Manufacturer's test certificates and warranties.
g) Manufacturer's recommended spare parts, together with
manufacturer/supplier, reference numbers, contact address/telephone
number.
h) Manufacturer's catalogues as relevant to this installation, general
catalogues not acceptable.
i) Provide a Health and Safety file which shall include any significant health
and safety risks that will need to be dealt with during use, maintenance
and cleaning work.
The manual(s) shall be agreed in draft form with the Employers Representative.

A special section shall be included in the manual for dealing with fault finding
routines and emergency procedures in case of plant or system malfunction.

A complete itemised list of essential and secondary spares together with the
manufacturers ordering reference numbers shall be provided. A list of plant
manufacturers names, addresses and telephone numbers shall also be included.

2.3.2 Labels, Identification and Engraving

2.3.2.1 All equipment, i.e. surge arrestors, test points, pits, etc supplied under this
contract shall be fitted with external labels made from rectangular pieces of
approved ivorine, perspex or laminate. The characters shall be reverse engraved,
coloured white against a black background complete with bevelled edges and
fixed by means of a 3M chrome screws, nuts and washers.

Letters shall be not less than 6 mm high with larger letters for main equipment
such as switchboards, etc.

2.3.2.2 Each label shall detail Services or equipment controlled.

2.3.2.3 In addition to the above, labels shall be provided where called for in BS EN
62305, BS.7671 and other appropriate standards. These shall include but not
limited to the following:-

Notice Label or Identification BS.7671

Reference
Isolating device and its installation or circuit 461-01-05
Switching device for mechanical maintenance 462-01-02
537-03-02
Emergency switching device 463-01-04
Purpose of switchgear and control gear 514-01-01
Earthing and equipotential bonding connections 514-13-01
542-03-03
Cables buried in the ground, where not adjacent to the earth 522-06-03
pit

2.3.3 As Installed Record Drawings

2.3.3.1 One copy of the installation drawings shall be kept on site at all times, neatly
modified to show all alterations made during the course of installation.

Page 72 of 105
The drawings shall clearly indicate the accurate location, size, materials and
services installed, together with cables and bonds.

The drawings to be provided are as follows:-

) The drawing shall be to


) 1:100 scale or the scale
i) Lightning protection and surge arrestors ) of the Employers
installation ) Representatives
) drawings for these
) services whichever is
the greater.

The “As Installed Record Drawings” shall clearly state the actual manufacturer of
each item of equipment giving the maker‟s reference numbers of identification,
and shall clearly cross-relate in an approved manner to the “Operational and
Maintenance Manual” where this provides the identical information.

PDF‟s and if required, two paper prints of these drawings shall be submitted for
comment to the Employers Representative and any such comments shall be
incorporated on the final drawings. These comments shall not relieve the
Contractor of the obligation to provide accurate “As Installed Record Drawings”.

Finally the following copies of the "As Installed Record Drawings" shall be
provided for issue to the Employer:-

2.3.3.2 i) Three paper prints of each drawing.

2.3.3.3 ii) PDF and any CAD drawings on CD Rom

Paper prints of manufacturers final working drawings of items of plant and


equipment shall be included with the manufacturers literature in the Operation
and Maintenance Manual.

It shall be especially noted that the Employer will not accept handover of the
installation until full information concerning the installation is in the possession of
his operation and maintenance staff and therefore a Taking Over Certificate will
not be issued until the Contractor has supplied all the information.

2.3.4 Instruction of Employers Staff

2.3.4.1 The Contractor shall include for instructing the Employers Staff in the operation
and maintenance of the installations by qualified personnel, who shall be fully
conversant with the operations and maintenance procedures required for all items
of plant.

The Contractor shall allow for the provision of all supporting documents and
handouts required for the instruction of the Employers staff.

Page 73 of 105
2.3.5 Schedule of Outstanding Items and Defects

2.3.5.1 Until the installation is finally taken over as complete, the Contractor shall be
responsible for any necessary protection of the installation and electrical safety
requirements.

3 GENERAL TECHNICAL REQUIREMENTS

3.1 GENERAL

3.1.1 General

3.1.1.1 The Contractor shall allow in his Tender for all equipment described in this
Specification and indicated on the drawings to form a complete working facility
including tests and commissioning.

The Contractor shall ensure that his work is installed in the correct sequence.

The Contractor shall check and ensure that all of the equipment and works
offered by him will fit into the space provided in the building(s) including the
limited space in electrical rooms and cupboards for surge arrestors, etc.

3.1.2 Operating Conditions

3.1.2.1 All equipment will be required to operate successfully in the climatic conditions
prevailing in the locality. Equipment, even if normally operating in air conditioned
spaces, may be required to operate at times when the air conditioning system is
not being used. Under such conditions all equipment must operate satisfactorily
and still have a working life comparable with that expected from top quality
equipment operating in more temperate conditions.

3.1.2.2 It is expected that the internal temperature in non-air conditioned rooms may
reach 35 deg. C. and it is required that all equipment should be capable of
operating at this temperature without breaking down, although above 30 deg. C
the performance may be reduced.

3.1.3 Lightning Protection Contractor

3.1.3.1 The Contractor's attention is drawn to the particular schedule in this document in
which the Contractor is required to carry out all of the activities such as design,
supply, installation, testing and commissioning of the section of the works
concerned as directed by that sub-paragraph of this paragraph of the
Specification.

The Contractor shall ensure that all works carried out by them are physically
coordinated and that all builders work requirements are allowed for and
coordinated in accordance with the Builders Work clause 2.2.4.

3.1.4 Manufacturers

3.1.4.1 In order to achieve uniformity in the equipment supplied and to simplify the
acquisition and storage of spare parts, the Contractor shall, as far as possible,
purchase similar equipment from the same manufacturer.

Page 74 of 105
The Manufacturers included in sub-paragraph 3.1.4.1.2 below has been included
to indicate the manufacturers which have been of primary consideration in the
preparation of the design and to provide a guide to the Contractor in relation to
the standard of equipment to be incorporated in his Tender.

The Contractor should also ensure that all equipment is either available locally or
that the manufacturer is represented adequately in the locality to ensure the
equipment is easily available and future servicing and spares can be obtained to
permit continuity of maintenance.

In the event that the Employers Representative considers any alternative, for
whatever reason, to be unacceptable, the Contractor must include for the
equipment identified in the Schedules.

3.1.4.1.2 Lightning Protection System equipment Manufacturers

Lightning Protection System Equipment shall be to a Furze product standard to


BS EN 62305, or equal approved by the Employers Representative.

3.1.5 Electricity Supply

3.1.5.1 All low voltage electrical equipment shall be suitable for operation on a 400/230
volts (+10%, -6%) system and to suit the voltages to be adopted in 2008
(400/230V +10%) 50 Hz +/- 0.5%, 3 phase 4 wire system, unless otherwise
indicated.

3.1.6 Radio and Television Suppression of Electrical Equipment and


Electromagnetic Compatibility

3.1.6.1 All electrical equipment supplied under this Contract shall be provided with radio
and television suppressors, complying with the requirements of the local Post,
Telegraph and Telecommunications Regulations. For the purpose of this clause,
limits shall be as set out in BS 800.

The Contractor shall take full cognizance of the European Economic Community
(EEC) requirements for EMC Council Directive 89/336/EEC Electromagnetic
Compatibility and associated publications and include for this in his tender.

89/336/EEC directive is as now amended by the following Council Directives:

1. 92/59/eec of 29 June 1992 (General Product Safety);


2. 93/68/eec of 22 July 1993 (CE Marking directive);
3. 99/5/ec: Directive of Radio Equipment & Telecommunications Terminal
Equipment (R&TTE).

3.1.6.2 The Contractor shall take full cognizance of the EEC requirements for EMC
Council Directive 89/336/EEC Electromagnetic Compatibility and associated
publications and include for this in his tender.

3.1.7 Screws

3.1.7.1 The screws used for fixing accessory cover plates shall be of the dome slotted
raised head countersunk type, finished to match the respective plates where
metallic plates are used.

Page 75 of 105
3.1.8 Connection to Equipment

3.1.8.1 Unless otherwise stated, conduits to machines or equipment of a fixed nature


shall be terminated in a BS.4568 box fixed rigidly to the unit or to an adjacent wall
of other form of building structure and from thence wiring shall be continued to
the motor, heater or appliance terminal box in flexible conduit, as previously
specified. Under no circumstances shall the screws fixing the lids of boxes be
used as a means of securing the earth wire.

3.2 ACCESS AND HANDLING

3.2.1 Access for Maintenance

3.2.1.1 The Contractor shall ensure that all equipment is easily accessible by
maintenance staff and adequate space allowed for maintenance and replacement
of plant. Full standing headroom is required over the maximum possible area with
easy safe access free from obstruction given to all equipment and instruments
required for normal operation. All escape routes shall have a clear floor space
with full standing headroom.

3.3 PROTECTION

3.3.3 Earthing

3.3.3.1 This contract shall include for the installation of all earthing and bonding together
of all exposed conductive parts, equipotential and supplementary bonding in
accordance with BS7671 (IEE wiring regulations), BS7430, Electricity Supply
Regulation, and Local Electricity Supply Authority Requirements.

3.3.3.2 All joints in networks shall be kept to an absolute minimum and have negligible
impedance.

3.3.3.3 Clamps, lugs or tags are to be provided to enable connection of bonding


conductors to equipment earthing terminals/metallic service to be bonded
electrically.

3.3.3.4 PROTECTIVE CABLE TERMINATIONS: For bolted connections use crimp type
lugs compressed by automatic tool to achieve correct pressure and crimp depth.
Make connections between tape and equipment using high tensile grade brass
bolts with brass nuts, washers and locking devices. Use phosphor bronze bolts,
nuts and washers where connections are liable to corrosion.

3.3.3.5 PROTECTIVE CONDUCTOR WARNING NOTICE/LABELS: Provide a


permanent label durably marked in letter 4.75mm minimum height “SAFETY
ELECTRICAL CONNECTION – DO NOT REMOVE”, in visible position, at each
bonding conductor connection to extraneous conductive parts.

3.3.3.6 Earth conductors shall be sized in accordance with the tables given in BS7671.

3.3.4 Dissimilar Metals

3.3.4.1 Dissimilar metal to metal contact shall be avoided wherever possible. The
Contractor shall take every precaution to ensure that no chemical or electrolytic
action takes place where dissimilar metals and/or materials are used together.

Page 76 of 105
This is of particular importance where aluminium and aluminium alloys are one of
the surfaces.

The Contractor shall keep the points of contact of dissimilar metals to a minimum.

3.4 Inspection, Testing and Commissioning


3.4.1 General

3.4.1.1 All the works provided as part of this contract shall be inspected, tested, set to
work and commissioned in accordance with all relevant British Standard
Specifications and Codes of Practice, the details given in the specification and/or
as indicated on the drawings and as stipulated by equipment supplies, to the
entire satisfaction of the Employers Representative.

3.4.1.2 All tests shall be arranged in co-operation with the Employers Representative and
other interested parties shall be given five working days notice in writing of the
time, location and nature of the test to be performed to enable interested parties
to be present during the test(s), as determined by the Employers Representative.

All representatives present during inspection, testing and commissioning shall be


fully conversant with the system concerned and the method of system and
instrument operation.

3.4.1.3 No inspection or testing by the Employers Representative nor the witnessing of


satisfactory tests nor the authorising of dispatch to site shall in any way relieve
the Contractor of any of his obligations under this Contract, nor shall it in any way
limit the right of the Employers Representative to reject such items after delivery
to site if they subsequently prove to be defective or unsatisfactory or unsuitable
for their intended purpose.

3.4.2 Site Tests

3.4.2.1 The Contractor shall carry out all necessary checks and tests to prove that the
completed installations fully comply with specified requirements.

Upon completion of the electrical installation, or any substantial section thereof,


the installation or that section and all of the associated electrical equipment shall
be subjected to the tests specified in the relevant National Standards and in
BS.7671 (IEE Wiring Regulations), together with such other tests as may be
specified in order to prove compliance with this specification, such as BS EN
62305.

All of the required checks and tests shall be carried out in accordance with a
programme to be agreed with the Employers Representative, and facilities shall
be made available for the Employers Representative to be present at all such
checks and tests if he so desires.

3.4.3 Commissioning/Setting to Work

3.4.3.1 Following the satisfactory conclusion of inspections and tests on completed


sections of the Works, the Contractor shall duly commission each section of the
electrical installation and leave it in full working order.

Page 77 of 105
3.4.4 Testing, Commissioning and Setting to Work of Lightning
Equipment/Systems

3.4.4.1 The Contractor shall be responsible for submitting tests and commissioning
proposals for the Employers Representatives approval / comment for all
contractor lightning protection equipment and systems supplied under the
contract.

Where appropriate national standards are available these shall be used as a


basis for the tests, supplemented as necessary by any requirements or
recommendations of the supplier, eg Lightning protection, BSEN 62305, etc.

The Contractor shall be responsible for co-ordination of the manufacturers on


site, giving assistance where required by the manufacturer and also for the
submission of the manufacturers‟ commissioning test results and reports to the
Employers Representative.

3.5 LIGHTNING PROTECTION

3.5.1 Lightning Protective System Installation – General Technical Standards

3.5.1.1 The Contract shall include for the supply and installation of all necessary
components to provide a complete lightning protective system in each of the
buildings specifically detailed in the following Specification Sub-paragraphs in
order that the building(s) may be protected against the effects of a lightning
discharge in accordance with BSEN 62305.

Each installation shall comprise air networks connected to roof and down
conductors and finally terminated in earth electrodes, via suitable test points in
accordance with the details included on the attached drawings or in the following
Specification Sub-paragraph.

Each component shall be manufactured from either copper or aluminium


pre-coated and as specifically detailed in the following Specification Sub-
paragraphs and/or drawings.

The roof conductors shall be fixed to the roof surface by means of suitable felt
pads, fused to the bitumen felt covering or manufacturers recommended fixing
system to prevent damage to the waterproof membrane. Where the roof
conductors are installed on the parapets, they shall be fixed with suitable
saddles, positioned at intervals not exceeding 1.00m by suitable brass
countersunk wood screws and rawlplugs, care shall be taken to ensure that any
holes formed in the coping, are effectively sealed to prevent ingress of water.

All metallic projections, ducts, vent pipes, gutters, radio and television aerials, fan
housings, window cleaning equipment and tracks etc, or above the main surface
of the roof structure shall be bonded to and form part of the air termination
network.

From each of the air terminal networks suitable tape, rod or stranded cable
conductors, shall be installed as detailed on the drawings. The down conductors
shall be secured to the roof as described above for the roof conductors and
where fitted on exterior wall, the down conductors shall be secured by suitable
'distance' type saddles, unless detailed otherwise.

Page 78 of 105
The saddles shall be fixed to the walls by roundhead 37.5mm x 8 brass wood
screws and rawlplugs, the saddles being spaced at not less than 1.00m intervals.
At each position indicated on the drawing, a suitable testing point to enable
resistance measurements to be made shall be provided. Each test point shall
comprise a suitable clamp securely fixed to the exterior wall by means of brass
wood screws and rawlplugs.

Unless otherwise stated, each of the down conductors shall be effectively bonded
to suitable 2.5m long by 16mm diameter earth rods manufactured from hard
drawn copper rod in the form of 1.20m sections. Each section shall be complete
with internal screws and socket. The earth electrode shall be installed not more
than 1.00m away from the building with the earth electrode head located not less
than 500mm below the ground level. Final connection of the down conductor to
the earth electrode shall be made by means of a pressure type connector clamp.

Connections to the earth electrodes shall not be covered over with top soil
without the permission of the Employers Representative.

The Contract shall include for the supply and installation of inspection pits
manufactured as detailed in the attached Specification Sub-paragraph and/or
drawings. An inspection pit shall be supplied for each earth termination. Heavy
duty polycarbonate or stone covers suitable to withstand vehicular traffic shall be
provided for pits located in the roadway areas. The lid of each pit shall be
lockable and jam free construction and supplied with the appropriate key.

The body of each earth pit shall as a minimum comprise shatterproof, lightweight,
polymer material with a high resistance to chemical damage from such
substances as petrol, oil, diesel, bitumen etc. Each unit shall include high ultra-
violet stability, wide temperature application and earth bar facility (where
necessary) to permit multiple earth tape connections to be made. Where these
are not suitable concrete pits shall be provided.

Copper earthing tape laid in the ground shall be tinned and buried for a depth of
600mm and covered with interlocking cable tiles.

No joints in either the down conductor or roof conductors shall be allowed other
than at air terminal, earth electrodes and terminal or test block positions.

The Contract shall include to ensure that at the completion of the installation the
resistance to earth from each testing point does not exceed 10 ohms, the tests
being carried out in accordance with BS.7430. The Contract shall include for the
performance of these tests and submitting the results to the Employers
Representative.

Where it is found that the resistance to earth at any test point is in excess of 10
ohms, the length and number of earth electrodes shall be increased to the
instructions of the Employers Representative, in order to comply with the
requirements of the above Code. The resistance of each metallic conducting
path, including all joints, shall not exceed 6% of the calculated resistance of the
copper tape itself. In addition, the resistance from the earth electrode to the
nearest test clamp shall not exceed 0.2 ohms.

Page 79 of 105
3.5.2 Lightning Surge Protection

3.5.2.1 The Contract shall include for surge protection at the main intake to the building
and elsewhere as defined in the particular specification and/or drawings in
accordance with previous BS 6651 Appendix "C", now BSEN 62305.

3.5.2.2 Mains

Mains power surge protection shall generally be provided as follows unless


otherwise stated:

Typical Location Category Notes


Each main intake/exit point "C" i)
Sub mains distribution point "B" ii)
Final outlet point (load side) "A" iii)

i) Surge protection shall be provided on each intake/exit point ie LV intake


external lighting feeder etc.
Due to the practical difficulties of installing suitable fuse protection for a
device on the supply side of the intake panel, the protection device may
be located on the load side provided it is installed in accordance with the
surge protection manufacturer's detailed installation requirements.
ii) Category "B" protection shall generally be hardwired type.
iii) Generally Category "A" devices shall generally be plug-in type.

Unless otherwise stated, protection for any category shall be rated for a "High
Exposure Level" as outlined in BS 6651, now BSEN equivalent.

The surge protection devices shall unless otherwise stated limit the peak
transient level to 600 volts when operating on a nominal 230/240 volt supply. The
peak let through voltage shall not be exceeded for phase to earth, between
phases and for phase to neutral conditions. The latter shall also control surges in
the neutral conductor caused by IT and fluorescent lighting loads.

The surge protection device shall not interfere with or restrict the systems normal
operation, corrupt the power supply, have excessive earth leakage current or
cause the supply to be disrupted during operation.

Continuous indication of protection status shall be provided which shall include


"full protection available", "reduced protection" and "failure of device". Facilities
for remote indication via volt free contacts shall be provided to indicate failure of
the device.

3.5.2.3 Data

Where surge protection of data and communication services, telephone lines etc
is specified, this shall be Category "C" High Exposure Level unless otherwise
noted and be provided on all incoming/outgoing lines from the building.

The surge protection device shall not impair the normal operation of the system ie
affect the normal operating voltage, restrict system bandwidth or frequency,
introduce excessive inline resistance, signal reflections or impedance mismatch.

Page 80 of 105
The devices shall be suitable for mounting in banks to facilitate connection to
large multicore cables, via a combined mounting and earthing kit or similar.

Each surge protector shall have a low transient let through performance to
operate on all combinations of conductors ie signal line to signal line and signal
line to screen/earth.

Care shall be taken to ensure that adequate separation is maintained between


the earth bond conductor and the outgoing protected circuit(s) and between the
incoming unprotected circuit(s) entering the surge diverter and the outgoing
protected circuit(s) leaving the device.

The Contractor shall include for liaison with and obtaining the approval of the
Employers representative, appropriate authority and/or RBGK communication
company prior to the installation of any device in a telecommunication or data
service intake.

3.5.2.4 General

Each protection device shall be rated to handle a minimum of a 10KA discharge


current.

The Contractor shall install the surge protection in accordance with the
installation practice detailed by the device manufacturer, this is imperative for the
satisfactory operation of the device.

All surge protection devices in a single building/project shall be from one


manufacturer, unless agreed otherwise with the Employers Representative.

Surge arrestors shall comply with BSEN 60099, in accordance with Lightning
protection standard BSEN 62305.

Page 81 of 105
Appendix

Appendix 1............................ Kew General Map 2010 MJL


Kew General Map 2010 MJL Model (1)

Appendix 2...............................Priority 1 – initial LPS mark-ups


...............................Priority 2 – initial LPS mark-ups
...............................Priority 3-5 sample – initial LPS mark-ups

Appendix 3..............................Priority 1
..............................Priority 2
..............................Priority 3, 4 and 5

Appendix 4..............................Map and Building Numbers Kew Book

Appendix 5.............................LP Short Programme – 20.02.12


...............................LP Long Programme – 20.02.12

Appendix 6 ...........................Priority Tables

Appendix 7............................LPS elements

Appendix 8 ...........................Schedules list

Please also refer to the attached documents, as follows:

Annexes

Annex 1.................................Pre Construction Information

Appendix A................Designers Risk Assessment

Annex 2.................................Employers Requirements

Appendix A................Draft JCT


Appendix B................Standard Fire precautions
Appendix C................Kew statutory Regulations
Appendix D................Contractors Policy
Appendix E................Environmental Policy
Appendix F................CAD standards

Page 82 of 105
SECTION 4

ONLINE TECHNICAL QUESTIONNAIRE


EVALUATION CRITERIA

Page 83 of 105
SECTION 4: ONLINE TECHNICAL QUESTIONNIARE EVALUATION CRITERIA

PLEASE REFER TO THE ONLINE TECHNICAL QUESTIONNAIRE FOR FULL DETAILS.

Section A – ORGANISATION
The information in Section A is not scored but must be completed in full.

Section B – GROUNDS FOR DISQUALIFICATION


Mandatory Grounds for Disqualification

Pass/Fail scoring criteria as follows:

Pass – Tenderer answers „No‟ to all of the questions in this section.


Fail – Tenderer answers „Yes‟ to any of the questions in this section.

Discretionary Grounds for Disqualification

Pass/Fail scoring criteria as follows:

Pass – Tenderer answers „No‟ to all of the questions in this section or the Tenderer has
answered „Yes‟ to a question but has demonstrated that it has taken appropriate corrective
steps to comply in the case of any infringement.
Fail – Tenderer answers „Yes‟ to any of the questions in this section and cannot demonstrate
that it has taken appropriate corrective steps to comply in the case of any infringement.

Section C – CONFLICT OF INTEREST

Pass/Fail scoring criteria as follows:

The Authority‟s opening panel will meet with the Authority‟s legal department and
representatives from the technical evaluation panel to discuss any actual or potential conflict
of interest issues that have been disclosed by a Tenderer. The attendees at this meeting will
decide whether the Tenderer‟s internal management processes and controls are satisfactory
to safeguard against the actual or potential conflict of interest.

If the team agree that a Tenderer‟s internal management processes and controls are
insufficient to safeguard against any conflict of interest issues. The team will make a
recommendation to the Head of Procurement to exclude that Tenderer from the procurement
exercise.

Section D – ECONOMIC AND FINANCIAL STANDING

Page 84 of 105
Information provided in this section will be used by the Authority to determine whether there
is any evidence indicating a significant risk to the Authority that the Tenderer will be unable
to provide the services required over the period of the contract.
The Authority reserves the right to use a variety of indicators and ratios if considered
appropriate. Evidence indicating a significant risk will include that a higher proportion of
these indicators and trends are consistently adverse.
Evidence is obtained from Dun & Bradstreet (D&B) Comprehensive Reports which include
D&B‟s latest rating for organisations. A copy of the Tenderer‟s D&B will be obtained for
evaluation by the Authority. The D&B rating has two parts: financial strength and risk of
business failure.
Financial strength is based on tangible net worth and is rated on a scale of 5A (strongest)
to H (weakest) and there are also classifications for negative net worth and net worth
undetermined (insufficient information). Financial strength will be assessed relative to the
estimated annual contract value. For this ITT, the Authority regard a financial strength of less
than 4 times the estimated annual contract value as indicating an inadequate economic and
financial standing for the purposes of this procurement exercise.
Therefore the Authority requires that Tenderers must have annual turnover for each of the
last three (3) consecutive years of at least £980,000 GBP. Failure to meet the turnover
requirements will result in the Tenderer being eliminated from the procurement
exercise.
In the case of a joint venture or consortium bid the annual turnover required must be
achieved by combining the turnover of the relevant companies in the last two consecutive
years and the annual turnover of at least one of those companies should be £490,000 GBP
or of equivalent financial performance.
If any Tenderer is assessed as higher risk, the Authority reserves the right to seek further
clarification including information relating to its ultimate parent company, if any or seek a
performance bond.
Risk of business failure is rated on a scale of 1 (minimal) to 4 (significant) and there is also
a classification of insufficient information. The Authority would normally regard a risk of
business failure of 4 as indicating inadequate economic and financial standing for the
purposes of this procurement exercise.
Other financial information provided will be used by the Authority to calculate measures of,
and determine trends, in the Tenderer‟s operating performance, liquidity and financial
structure. For evaluation purposes, the following financial indicators and ratios will be
calculated:
- operating performance: growth or reductions in sales, gross profit, operating profit, profit
before tax and earnings before interest, tax, depreciation, amortisation, exceptional items
and profit/loss on sale of businesses (EBITDA);
- liquidity: net current assets, movement in cash flow from operations, working capital and
quick ratios, and average collection and payment periods;
- Financial structure: gearing ratios and interest cover.

Insurance
Insurance

Please confirm that your organisation will, at the commencement date of the Contract, have
adequate level of insurance cover in respect of all risks arising out of the Contractor‟s
performance of its obligations under the Contract, including death or personal injury, loss of
or damage to property or any other loss.

Page 85 of 105
Pass - the Tenderer answers „yes‟ to this question.

Fail - the Tenderer answers „no‟ to this question.

If the Tenderer answers yes then please provide details of the type and value of insurance
cover that your organisation will have in place if awarded the Contract. For example: a copy
of your insurance certificate or a letter from your insurance broker.

SECTION E:

TECHNICAL AND PROFESSIONAL ABILITY

Mandatory Requirements

Project Team and Execution

E01: Project Team and Reporting

Please provide details of your organisation and approach to liaising with and reporting to the
Royal Botanic Gardens Kew (RBGK) Clients team:

Please provide your methodology of approach in liaising with and reporting to the RBGK
Contract Administrator to organise and carry out the lighting protection works including site
set up. Reference should be made to similar projects you have worked on.

Your response must be:


 Maximum of 1 side of A4, font size 10

Please upload a document with the filename: E01_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 2.04%

Evaluation criteria for this question:

 Clear response with the organisation structure of the contractor, identifying who in
the client team will need to be available, providing reference to the interface between
client and contractor organisation.
 Proposed communications (set up and ongoing): frequency of meetings, organisation
chart, reporting frequency & scope and decision-making structure.
 Clear approach identified with reference to systems and procedures for reporting on
progress and delivery to client.
 Approach to site set up, including deliveries, site access, etc.
 Reference to experience in similar project context

Points will be awarded as follows:

Page 86 of 105
Score 3: Comprehensive response effectively demonstrating all aspects of the
evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

E02: Project Team and CV’s

Please provide details of your project team and Curriculum Vitae‟s (CV‟s) for 3 key staff
(project manager, design manager and site manager / site foreman) who will work on this
project, highlighting their experience in the role, as appropriate to the requirements of this
contract. The project team details should include all staff as appropriate who will be involved
regularly on a day to day basis.

Your response must be:


 Maximum of 1½ sides of A4, font size 10 for the overview; and
 1 side A4 CV for each of the three key staff, font size 10

Please upload a document with the filename: E02_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 6.12%

Evaluation criteria for this question:

 Clear details of who will be in the project team, with roles and lead contact(s) defined.
Roles should cover the main day to day contacts for the design and site works,
envisaged as the project manager, design manager and site manager / foreman.
 Size of the team should be appropriate to the requirements of the service.
 Clear breakdown of the responsibilities to be provided by each member of the team.
 The lead contact should have worked on similar projects in a relevant capacity, and
the response should detail whether they undertook the majority of the work.
 Individual CV‟s are relevant to proposed roles with achievements, examples of
projects similar to this project relevant qualifications and length of experience clearly
stated.
 Skills selection of the team is clearly aligned with the requirements, including a
proven track record of working in similar projects in service industry environment.

Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking

Page 87 of 105
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

E03: Programme

Please provide your commentary and working detail against the installation works
programme plan, sequence and building durations for the 8 priority buildings in Phase 1.
This should include for the requirements for the sequencing of work amongst the buildings
and any parallel team operations during this site installation phase. Please ensure to include
for the time required for sequencing of any scaffolding or mobile access platform works both
before and after each building installation.

Please identify any suggested further efficiencies or other optimum economic arrangements
or durations for the site works phase, where appropriate.

The tenderer shall also provide their own working installation programme for the 8 initial
priority buildings in phase 1 of the contract.

Your response must be:


 Maximum of 1 side of A4, Arial font size 10 for the overview; and
 Maximum 1 side A3 programme in a recognised GANTT chart format (Preferably
PDF of MS Project).

Please upload a document with the filename: E03_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 4.08%

Evaluation criteria for this question:

 Clear programme in a recognised GANTT chart format


 Critical path identified on programme that is within a reasonable timeframe
 Response shows an understanding of project timetable and pressures.
 Clear identification of works phases
 Programme detail for phase 1 priority 1 buildings:
o design, site surveys, liaison, drawings and approvals
o installation sequencing and access, scaffolding where appropriate
o testing, commissioning, handover and records / O and M‟s

Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the

Page 88 of 105
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

E04: Project Risks and Key Activities

Please provide an initial project risk register, identifying key activities and drivers in carrying
out the works in an efficient and timely manner to minimise the impact and risk to RBGK.
The tenderer shall take all appropriate measures to mitigate against these and include this in
their works for minimising these risks as part of their tender and installation works package.

Your response must be:


 Maximum of 1 side of A4, font size 10

Please upload a document with the filename: E04_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 2.04%

Evaluation criteria for this question:

 Initial risk register of key project delivery items, risks and the Tenderers approach
and commentary to mitigating these during their design and contract works and
installations
 Clear risk register with potential owner, impact, mitigation and detail identification
 Additional risks identified beyond that provided in tender information, displaying an
understanding of the project timetable and pressures.

Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

Technical (Priority 1 Buildings) – Phase 1

E05: Risk assessments for 1st phase Priority Buildings to BSEN 62305

For the 8 priority buildings in Phase 1 please provide your British Standard European Norm
BSEN 62305 risk assessments completed as part of the tender, and resulting overall L1 / L2
/ L3 or L4 BSEN 62305 risk categorisations (see Priority tables 1-5 in technical specification

Page 89 of 105
paragraphs 1.2.2). This shall highlight any assumptions / site investigations made in
producing these e.g. on fire alarms provision.

Your response must be:


 Maximum 8 x 1 side A4 (1 per building), font size 10

Please upload a document with the filename: E05_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 8.16%

Evaluation criteria for this question:

 Risk category summary calculation to BSEN 62305 for each of the 8 priority buildings
 Assessments takes into account physical building size and characteristics
 Assessments takes into account fire alarm provision (site access time) and other risk
assessment factors
 The risk category classification covers for both Building and Electronic surge
protection (ESP)

Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

E06: Plan Layouts for 1st phase Priority Buildings to BSEN 62305

For the 8 priority buildings in Phase 1 please provide indicative lightning protection (LP)
proposal layout plans for full physical LP to BSEN 62305. These can be mark-ups of the
building plan layouts in the Appendix 2 (CAD layouts are not required as part of the works).

Your response must be:


 Maximum 8 x 1 side A4, font size 10

Please upload a document with the filename: E06_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 8.16%

Page 90 of 105
Evaluation criteria for this question:

 BSEN 62305 spaced down conductor / pit and bonding plan mark-up for each of the
8 priority buildings. Down conductor locations / pits to be located relevant to building
features and ground conditions and restrictions.
 Plans to take into account changes in levels, raised chimneys and features, rain
water pipes (RWP‟s) and other metallic protrusions.
 Plans to take into account relevant use of metallic features, where grade 1 or 2 listed.
 Reference to be made to relevant use of tape and conductor materials.

Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

E07: Lightning Protection system approach for each of the 1st Priority Buildings

For each of the 8 priority buildings please provide your lightning protection system best
practice engineering approach as a summary statement, in accordance with the technical
specification paragraph requirement. This being the implementation of the BSEN 62305 risk
assessment summary calculation sheets, as submitted for response E05.

Your response must be:


 Maximum of 2 sides of A4, Arial font size 10

Please upload a document with the filename: E07_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 4.08%

Evaluation criteria for this question:

 Provide a summary of your BSEN 62305 approaches for the particular building, their
construction, height, metallic features, etc, for minimised visual impact approach and
lightning protection system materials used.
 Provide your commentary against the resulting risk categories calculated in the
tender return to BSEN 62305, the resulting spaced down conductor / pit intervals and
locations.
 Comment on the extent of extraneous metallic features and cross bonding required.
 Provide a summary of approach and extent / locations (where known), of the
electronic systems provision surge arrestors (ESP‟s) for the main power and
electronic conducting systems entering / leaving the building.

Page 91 of 105
Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

Technical Builders work and English Heritage

E08: Your builders work approach and electrical measures

For all 89 buildings and monuments, please give your methodology of approach and
provision of actual measures for the associated; access, builders work, ground protection
and electrical attendances as required for surge arrester installation, associated with the
lighting protection services works (LPS). In particular any liaison required for setting up
scaffold supports, or mobile access platform supports, together with constructing holes in the
ground finishes for pit boxes and rods.

Your response must be:


 Maximum of 1 side of A4, Arial font size 10

Please upload a document with the filename: E08_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 4.08%

Evaluation criteria for this question:

 Provide your proposed minimal impact, safe physical access approach to the 8
buildings in the priority 1 grouping of phase 1 - to inspect, test and install physical
lightning protection and down conductors at roof level to pits at ground level, BSEN
62305. The proposals should minimise the impact to the ongoing use and access of
the building below, including public use of the external seating areas in the case of
restaurants and the like.
 This should take into account of the alternative measures of MEWPS (mobile access
platforms / mansafe systems, phased perimeter access protection scaffolding /
building entrance protection below, etc and any other preferred measure by the
Contractor. The proposals should take into account ground protection for MEWPS
and scaffolding, where required, including protection of pavias, ground, plant beds
and other external finishes.
 The proposals shall take into account the physical builders work construction of pits /
covers in the differing ground finishes, reinstatement and the driving of earth rods
into verified clear ground services conditions.

Page 92 of 105
 Provide you methodology for locating and installing the required ESP surge arrestors
on mains and electronic main conducting intakes, and the electrical attendance being
provided as part of these tender works for installing these safely, with minimal
disruption to the ongoing operation of the building.

Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

E09: Approach to Listed Buildings and monument status

For all 89 buildings and monuments, please give your methodology and approach to meet
the requirements of the Grade 1 and 2 listed buildings and monuments, as well as your
approach to the liaison with the RBGK English Heritage representative and other interested
parties. This response should make reference to minimising the visual impact, down
conductor profiles / sheath colours, and fixings.

Your response must be:


 Maximum of ½ side of A4, Arial font size 10

Please upload a document with the filename: E09_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 2.04%

Evaluation criteria for this question:

 Provide your approach to the English Heritage best practice measures for listed
buildings, with regard to circular conductors as opposed to tapes / colours, fixings,
etc for the particular buildings in phase 1. As for the project overall to further
minimise the visual impact to BSEN 62305 and English Heritage guidance and
liaison, where these buildings are grade 1 or grade 2 listed.
 This approach should take into account the possible use of existing metallic structure
and testing thereof. Also alternative 45 degree method of zone of protection rolling
sphere, where relevant, to reduce the impact to historic features that would otherwise
require lightning tapes or finials, etc.

Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.

Page 93 of 105
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

E10: Sustainability and Recycling

For all 89 buildings and monuments, please provide details of your approach to sustainability
in carrying out the site works. In particular minimising of waste on site, sourcing scaffold, and
wood from Forrest Stewardship Council (FSC) certified sources, or equivalent, where
possible.

The proposals shall also respond to:


- Waste monitoring and reporting
- Segregation of waste from site accommodation
- Reducing packaging and protection of materials
- Landscape waste (soil, green waste) to be used on site, etc.

Note: The appointed Contractor will be the Principal Contractor as described under the Site
Waste Management Regulations (SWMR).

Your response must be:


 Maximum of 1 side of A4, Arial font size 10

Please upload a document with the filename: E10_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 2.04%

Evaluation criteria for this question:

 Waste management and recycling strategy for the deliveries, packaging, site works
and Contractors accommodation, including the builders work aspect to the Tender
package works.
 Sourcing of sustainable timber and materials, e.g. for any scaffolding used.
 Recycling of landscaping waste in construction of pits and making good of beds /
grass areas and finishes for these and access.

Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking

Page 94 of 105
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

Technical (Priority 2 – 5 Buildings) Phases 2 and 3

E11: Lightning Protection Systems Approach for remaining priority Building types

For the remainder of the 81 priority buildings please provide your summary approach to the
physical lightning protection measures to minimise their impact, i.e.

- Minimising visual impact from the ground of the completed installation


- Maintaining visitor‟s access as far as possible during the works.

This should cover the different types / situations in the other priority 2, 3, 4 and 5 buildings
generically (individual building by buildings is not required). This should for example make
reference to whether:

- a surface roof tape and down conductor system is the most appropriate and discrete,
- whether the metal framework (glasshouses) is appropriate,
- if higher objects such as buildings or trees will be shielding,
- if taller air terminal rods, or possible catenary wires are more appropriate for gates or
monuments, where more sympathetic to visual appearance or listed status / cultural
heritage.

Your response must be:


 Maximum of 2 sides of A4, Arial font size 10

Please upload a document with the filename: E11_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 4.08%

Evaluation criteria for this question:

 Provide a summary of your BSEN 62305 approach for the remaining priority 2, 3, 4
and 5 buildings in the future Phases 2 and 3. This should be relative to; their
construction type, if surrounded by other shading objects, particular building type
features, etc, for minimised visual impact approach and lightning protection system
materials used.
 Provide a summary of your approach and extent of the electronic systems provision
surge arrestors (ESP‟s) for the main power and electronic conducting systems
entering / leaving the building.
 Provide your approach to the English Heritage and best practice measures for listed
buildings, being employed by you of conductors as opposed to tapes / colours,
fixings, etc for the phase 2 and 3 building types. This is in order to further minimise

Page 95 of 105
the visual impact to BSEN 62305 and English Heritage guidance and liaison, where
grade 1 or grade 2 listed.

Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

E12: Risk categories review and protection measure quantities for remaining priority
Building groupings

For the remainder of the 81 priority buildings please comment against the L1, L2, L3 or L4
risk category gradings provided in the tender specification.

You should also comment on the number of down conductor and surge arrestor elements
identified, stating what you actually anticipate will be required as a minimum to meet BSEN
62305 (following final risk assessments and design layouts for each rolling phase). This
response should be provided by completing column W in Appendix 6 – Priority Table, for the
anticipated specialists risk categories and associated building priorities 2, 3, 4 and 5
respectively.

Your response must be:


 Maximum of 4 x 1 side of A4, landscape schedules, Arial font size 10, and
 1 x completed spreadsheet from Annex 6 – Priority Table

Please upload a document with the filename: E12_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 4.08%

Evaluation criteria for this question:

• Provide your commentary on specification paragraphs 1.2.2, tables 2, 3, 4 & 5 (these


actual risk assessments being carried out prior to the appointed Contractors future detailed
site survey and BSEN 62305 risk assessment for each building, at the start of each
respective phase):-

- Comments against the levels of resulting risk categories as provided in the tender
enquiry priority building 2, 3, 4 and 5 grouping tables and

- Comments against the number of resulting anticipated number of down conductors,

Page 96 of 105
- Comments against the number of electronic surge protectors (ESP‟s) and

- Comments against the number of any other key components in compliance with
BSEN 62305

Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

Technical Schedule of items

E13: Schedule of quantities of lighting protection system elements for each 1st
priority building

Please provide a quantified list of the number and type of lightning protection system
elements. Please complete the 8 spreadsheets in Appendix 7 – LPS elements, which has
been provided for this purpose.

Your response must be:


 Maximum of the 8 spreadsheets in Appendix 7.

Please upload a document with the filename: E13_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 6.12%

Evaluation criteria for this question:

 Using the same lightning protection system (LPS) components and quantities as in
the „pricing return‟ for each of the 8 Priority 1 buildings, provide these same quantities
and component types, in a similar schedule format to be evaluated here as part of
this overall technical evaluation response.
 The schedule should include for all components and quantities required for each of
the 8 Priority 1 buildings in phase 1 works of this contract.
 It should include physical roof tapes, down conductors (tape or circular), materials /
finishes, clips / fixing types and number / intervals, cross bonds, finials, test points,
pits and rods and any other material components as required by the Tenderer for the
contract works
 It should include electronic surge protectors (ESP‟s), mains power type and
connections / switches as required and also electronic types: telecoms, data, CCTV,
BMS, Security, door access, gate control, etc.

Page 97 of 105
 It shall include for cross bonding and testing, including the use of existing metallic
structure, where listed or relevant and cross bonding to main building earths in
accordance with BSEN 62305 and BS 7671 requirements (the IEE wiring
regulations).

Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

E14: Schedule of types of lighting protection system elements for remaining priority
buildings

Please provide a full schedule list of lighting physical and electronic systems protection items
possibly envisaged by you for the site that could be required as part of the installations for
the remaining buildings out of the total 81 identified. A schedule of items template has been
provided at Appendix 8 – Schedule list, to be used as the basis of this response.

Your response must be:


 Maximum of Appendix 8.

Please upload a document with the filename: E14_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 4.08%

Evaluation criteria for this question:

 Using the same lightning protection system (LPS) components and quantities as in
the „pricing return‟ for the priority 2, 3, 4 and 5 buildings in phases 2 and 3 overall,
provide these same full component types envisaged, in a similar schedule format to
be evaluated here as part of this overall technical evaluation response.
 The schedule should include for all components required for each of the phase 2 and
3 building works of this contract.
 It should include physical roof tapes, down conductors (tape or circular), materials /
finishes, clips / fixing types and number / intervals, cross bonds, finials, possible
catenary wire systems where relevant to gates, test points, pits and rods and any
other material components as required by the Tenderer for the contract works
 It should include electronic surge protectors (ESP‟s), mains power type and
connections / switches as required and also electronic types: telecoms, data, CCTV,
BMS, Security, door access, gate control, etc.

Page 98 of 105
 It shall include for cross bonding and testing, including the use of existing metallic
structure, where listed or relevant and cross bonding to main building earths in
accordance with BSEN 62305 and BS 7671 requirements (the IEE wiring
regulations).

Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

E15: Health and Safety

Describe your approach to managing Health and Safety. Your response should include:

- Name and job title of the person responsible for health and safety within your company
and a copy of their CV (1 side A4, Arial font size 10)
- Copy of your Company‟s Health and Safety Policy Statement including organisation
chart, roles and responsibilities and arrangements (Include as Appended Document)
- Details of all accidents, illness, convictions, prosecutions, prohibition notices and other
HSE enforcement action relevant to health and safety over the last 5 years (½ side A4,
Arial font size 10)
- List any awards that your company has received in the last five years (½ side A4, Arial
font size 10)
- List of your companies H and S accreditations (e.g. CHAS, UKAS, etc) (½ side A4,
Arial font size 10)
- Previous experience working on listed buildings and associated Health and Safety risk
(½ side A4, Arial font size 10)
- Identify previous types projects you have undertaken the role as Principal Contractor
(½ side A4, Arial font size 10)

Your response must be:


 Maximum of 3 ½ sides of A4, Arial font size 10 (excluding any appended H&S policy
document and accreditation certificates)

Please upload a document with the filename: E15_Your Company Name.


Your company name, logo, or any reference that indicates who the bid ifs from must NOT
appear in the documentation submitted. Any document that does in anyway indicate who the
bid is from will be rejected and will not be evaluated.

Weighting: 2.04%

Evaluation criteria for this question:

Page 99 of 105
 Experience of H&S team members and company from the key CV and policy
document.
 Evidence of H&S accreditations and awards.
 Track record and approach demonstrated by the tender return H&S documents
provided here.
 Experience in working on Listed Buildings, similar to those at RBG Kew.
 Taking on board the risk identified in the preliminary CDM tender stage risk
schedule(s), through to the Construction stage and mitigation, risk assessments, safe
systems of works / method statements, etc.

Points will be awarded as follows:

Score 3: Comprehensive response effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the response, or a small number of areas
demonstrated at a lower standard.
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

Presentation

E16: Presentation

Key individuals who will be working on this project will be invited to provide a 15 minute
presentation on how you will meet and deliver the requirements of the tender specification.
This will be followed by a 20 minute question and answer session on your presentation.

Evaluation criteria for this question:

The presentation and question and answer session should include demonstration of the key
aspects of delivering the project, covering the following elements:

- Challenges of delivering the project


- Approach to lightning protection design
- Installation, access & build ability issues
- Minimising visual impact & disruption to ongoing building operation

Please note you will not be allowed to handout any generic marketing literature.

Weighting: 6.80%

Points will be awarded as follows:

Score 3: Comprehensive presentation effectively demonstrating all aspects of the


evaluation criteria to a high standard.
Score 2: Effectively demonstrated the majority of aspects in the evaluation criteria with
only a few minor gaps in the presentation, or a small number of areas
demonstrated at a lower standard.
Page 100 of 105
Score 1: Partially covered the areas specified in the evaluation criteria but lacking
information or detail on a number of areas and/or demonstrates only the
minimum acceptable standard in a number of areas.
Score 0: Insufficient evidence provided to demonstrate ability to deliver the project
requirements

Page 101 of 105


ONLINE COMMERCIAL QUESTIONNAIRE
Tenderers must complete the Online Commercial Questionnaire of the Authority‟s e-
Tendering System (Bravo).

The Commercial score accounts for 30% of the overall tender submission score.

Pricing Schedule

General Instructions

a. Please refer to the attached pricing templates called: 4. Commercial templates -


FINAL.xls and the required Commercials Section in BRAVO.

b. The Tenderer is required to submit prices for the 8 priority buildings for Phase 1, plus
a schedule of rates which will be used to cost the LPS works for the remaining
Phases.

c. It is considered that the LPS contractor will elect to use 2 crews working in parallel.
Possibly also a 3rd crew for the larger Temperate House, or other LPS Contractor
preferred “team” arrangement to meet the programme.

d. Prices must be submitted in £ Sterling (GBP), excluding VAT.

e. Prices are deemed to include an allowance for breaks and any travel or subsistence
required during the provision of the Services. No additional expenses will be payable
by the Authority.

f. The Tenderer shall include for all necessary investigation as to precise locations / final
numbers and wiring thereof / attendance and liaison. Where, following contract
appointment, the quantities are reduced from these priced quantums, the scope and
contract price for this element will be adjusted accordingly.

g. Day rates may be chargeable as a whole or as a half day. A half day will be payable if
only 5 hours are worked between the hours o 08.00-18.00. If over 5 hours are worked
between the hours of 08.00-18.00, the full day rate will be chargeable. The Authority
will not be liable for any overtime hours worked by any individuals.

h. Working on the RBGK site is in “normal” working hours, Monday to Friday (07:30-
18:00) and Saturday (07:30-13:00), with no work allowed on Sunday‟s or bank
holidays. For actual fully defined details on “working hours” – refer to Annex 2:
Employers Requirements and its Appendix D: Kew Contractors Guide.

i. The appointed Contractor may submit an invoice on completion of the milestones


detailed in the commercial submission: 4. Commercial templates - FINAL.xls.

j. Builderswork and Access

As part of the commercial submission the Tenderer shall include for all
Builderswork In Connection (BWIC) and access / scaffolding, method statements
and CDM requirements, making good, etc associated with organising a complete
working package design and installation with their design team, RBGK Estates
(and English Heritage).

Page 102 of 105


The tenderer shall note that the RBGK is a botanic garden, so protection of plant
beds and ground finishes and making good is an important aspect of the works.
These associated trades shall be directly employed by the appointed Contractor
in order to provide a complete working package with all required attendances
provided by them and programmed and managed by the LPS as part of the
works.

Part 1: Phase 1, 8 Priority Buildings

k. This section accounts for half of the Commercial marks (15% of the total marks)

l. Please complete in 4. Commercial templates - FINAL.xls, the 8 pricing templates, one


for each of the 8 Priority buildings in phase 1.

m. Tenderers must provide the material, total quantity required, a rate per item and a
total against each item.

n. For each of the 8 priority buildings the total in the row called: „Total Price to be used
for evaluation purposes (Price A + Price B) - Carried to Collection’ will be added
together to provide a total for the 8 buildings in Phase 1.

o. Please also place the total for each building in the Commercial template on BRAVO.

p. Where following contract award the quantities are reduced from those bid for during
this Tender, the scope and contract price for this element will be adjusted accordingly.

Part 2: Schedule of Rates

q. This section accounts for half of the Commercial marks (15% of the total marks)

r. Please complete in 4. Commercial templates - FINAL.xls, the pricing template for


Schedule of Rates.

s. Tenderers must provide a rate per unit for each item. For avoidance of doubt „Unit‟ = 1
item or 1 metre etc

t. The total of the schedule of rates will be Part A and Part B.

u. Please also place the total for the Schedule of Rates in the Commercial template on
BRAVO. Please note this „total‟ is to be used for evaluation purposes only. The
Schedule of Rates will be used as the basis for costing the Works in Phases 2 and 3.

Commercial Scoring

For the purposes of scoring, the „total cost‟ for each Tenderer will be established using a
combination of Part 1 and Part 2 as follows:

Total marks 30% broken down as follows:

 Tender total =
o 15% for Part 1 (sum total of the costs for the 8 priority buildings)
plus

Page 103 of 105


o 15% for Part 2 (sum total of the costs for the Schedule of rates)

The maximum marks available for this part of the Tender will be 30% and this score (30) will
be awarded to the Tenderer with the lowest total cost. The remaining Tenderers will receive
marks on a pro rata basis from the lowest to the highest cost. The calculation used is the
following:

Score = Lowest Tenderer‟s total cost x 30 (Maximum available marks)


Your total cost

For example, if three Tender Responses are received and Tenderer A has a total cost of
£100, Tenderer B has a total cost of £150 and Tenderer C has a total cost of £200 then the
calculation will be as follows:

Tenderer A Score = £100/£100 x 30 = score of 30


Tenderer B Score = £100/£150 x 30 = score of 20
Tenderer C Score = £100/£200 x 30 = score of 15

Page 104 of 105

Vous aimerez peut-être aussi