Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Royal Borough of Kensington and Chelsea
Town Hall, Hornton Street
London
W8 7NX
UK
Telephone: +44 800137111
E-mail: TAprocurement@rbkc.gov.uk
NUTS: UKI
Internet address(es)
Main address: www.capitalesourcing.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.capitalesourcing.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.capitalesourcing.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Procurement Frameworks for RBKC Housing Management - Fire Safety Works
Reference number: RBKC-17812
II.1.2) Main CPV code
45211000
II.1.3) Type of contract
Works
II.1.4) Short description
To access this tender you must register with the Capital e-sourcing Portal at www.capitalesourcing.com. Use the following code to access the tender ITT_RBKC_17812
or click this link
https://www.capitalesourcing.com/go/58564136018C59050F7F
RBKC is undertaking the procurement of a Framework for Fire Safety Works. This forms part of RBKC’s wider program of procurements (termed Project Union) to establish four (4) Housing Management Framework Agreements to enable delivery of various works and services.
The Framework for Fire Safety Works will deliver a range of fire safety related works to RBKC’s property portfolio. It will be divided into three (3) Lots and RBKC wishes to appoint up to 5 Contractors per Lot.
The Framework Agreement will be for a period of four (4) years with an option to extend for up to two (2) further years up to a maximum duration of six (6) years.
The scope of works to be delivered under the Framework will be fire safety related works including planned maintenance, refurbishment and improvement works to RBKC housing stock including provision of new installs, repair, replacement, removal, and / or overhaul including but not limited to the following types of works:
Fire Stopping, Compartmentation & Fire Doors including but not limited to;
• Fire-stopping works
• Loft and other compartmentation work.
• Fire safety signage
• Communal area decorations - flame retardant coating systems
• Open Walkway, Weather and Security screen
• Opening-up and making-good works as part of intrusive surveys, i.e., accompanying FRA consultant
• FRA / Fire strategy works such as Bin chutes (e.g., closing off) Communal fire doors and internal glazed screens.
• Communal Fire Door Sets / Front entrance fire doors
• Other fire doors (e.g., services / cupboards doors)
(Includes repair, inspection, and replacement)
Active Fire Protection Systems including but not limited to;
• Fire Extinguishers provision
• Wet, dry & lateral rising mains
• Sprinkler systems
• Water mist systems
Means of Escape, Fire Detection and Smoke Ventilation Systems including but not limited to;
• Fire detection and alarm systems (including smoke and heat detectors within dwellings and integrated systems in common parts)
• Evacuation alert systems (to be used by Fire & Rescue Service)
• Installation of fire / smoke dampers within flats onto communal ducts
• Emergency and communal lighting
• Smoke ventilation systems (mechanical and natural smoke and heat exhaust ventilation systems including AOVs)
II.1.5) Estimated total value
Value excluding VAT:
75 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Fire Stopping, Compartmentation & Fire Doors
II.2.2) Additional CPV code(s)
44221220
44480000
45211000
45300000
45310000
45320000
45350000
45453000
II.2.3) Place of performance
NUTS code:
UKI
UKI33
Main site or place of performance:
Properties owned and managed by RBKC primarily located within the Borough. Refer to 1.2 of the ITT
II.2.4) Description of the procurement
The framework agreement established for this Lot will be used by RBKC to access and call-off a range of Fire Safety Works on projects that typically involve the supply, installation, repair and maintenance of fire stopping, fire compartmentation and fire doors. The Works required to be delivered under this Lot include but are not limited to:
• Fire-stopping works
• Loft and other compartmentation work.
• Fire safety signage
• Communal area decorations - flame retardant coating systems
• Open Walkway, Weather and Security screen
• Opening-up and making-good works as part of intrusive surveys, i.e., accompanying FRA consultant
• FRA / Fire strategy works such as Bin chutes (e.g., closing off) Communal fire doors and internal glazed screens.
• Communal Fire Door Sets / Front entrance fire doors
• Other fire doors (e.g., services / cupboards doors)
(Includes repair, inspection, and replacement)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
30 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
A maximum number of five (5) suppliers will be appointed to the framework agreement for this Lot.
Lot No: 2
II.2.1) Title
Active Fire Protection Systems
II.2.2) Additional CPV code(s)
35111300
45211000
45300000
45310000
45320000
45343000
45343230
45350000
45453000
II.2.3) Place of performance
NUTS code:
UKI
UKI33
Main site or place of performance:
Properties owned and managed by RBKC primarily located within the Borough. Refer to 1.2 of the ITT
II.2.4) Description of the procurement
The framework agreement established for this Lot will be used by RBKC to access and call-off a range of Fire Safety Works on projects that typically involve the supply, installation, repair and maintenance of fire stopping, fire compartmentation and fire doors. The Works required to be delivered under this Lot include but are not limited to:
• Fire Extinguishers provision
• Wet, dry & lateral rising mains
• Sprinkler systems
• Water mist systems
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
22 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
A maximum number of five (5) suppliers will be appointed to the framework agreement for this Lot.
Lot No: 3
II.2.1) Title
Means of Escape, Fire Detection and Smoke Ventilation Systems
II.2.2) Additional CPV code(s)
31625100
31625200
38431200
45211000
45300000
45310000
45312100
45320000
45350000
45453000
II.2.3) Place of performance
NUTS code:
UKI
UKI33
Main site or place of performance:
Properties owned and managed by RBKC primarily located within the Borough. Refer to 1.2 of the ITT
II.2.4) Description of the procurement
The framework agreement established for this lot will be used by RBKC to access and call-off a range of Fire Safety Works on projects that typically involve the supply, installation, repair and maintenance of means of escape, fire detection and smoke ventilation systems. The Works required to be delivered under this Lot include but are not limited to:
• Fire detection and alarm systems (including smoke and heat detectors within dwellings and integrated systems in common parts)
• Evacuation alert systems (to be used by Fire & Rescue Service)
• Installation of fire / smoke dampers within flats onto communal ducts
• Emergency and communal lighting
• Smoke ventilation systems (mechanical and natural smoke and heat exhaust ventilation systems including AOVs)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
22 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
A maximum number of five (5) suppliers will be appointed to the framework agreement for this Lot.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As stated in the procurement and framework documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 16
Justification for any framework agreement duration exceeding 4 years: The nature of the works being procured together with the circumstances, environment and challenges which RBKC, and the construction market will continue to face for the foreseeable future requires RBKC to develop and maintain a direct and consistent supply chain for delivery of capital investment works longer than the traditional 4-year Framework duration. The rationale is set out in the ITT Doc.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-031764
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/03/2024
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 11 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
07/03/2024
Local time: 14:00
Place:
www.capitalesourcing.com
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
To access this tender you must register with the Capital e-sourcing Portal at www.capitalesourcing.com. Use the following code to access the tender ITT_RBKC_17812
or click this link
https://www.capitalesourcing.com/go/58564136018C59050F7F
The contracts entered into as a result of this contract notice shall be subject to English law and the exclusive jurisdiction of the English Courts.
RBKC reserves the right not to enter into any contract or award any contract as a result of this contract notice and to vary or change or not to proceed with this competition at any stage of the procurement process.
RBKC shall not be responsible for any costs incurred by any potential bidder responding to this contract notice.
Please refer to the procurement documentation for important notices in respect of commercially sensitive information and the application of the Freedom of Information Act 2000.
RBKC reserves the right to require potential bidders to enter into a parent company guarantee and/or performance bond.
VI.4) Procedures for review
VI.4.1) Review body
The Royal Borough of Kensington and Chelsea
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with Regulations 86 (Notices of decisions to award a contract or conclude a framework agreement), Regulation 87 (standstill period) and Regulation 91 (Enforcement of duties through the court) of the Public Contracts Regulations 2015.
VI.5) Date of dispatch of this notice
25/01/2024