Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Procurement Frameworks for RBKC Housing Management - Fire Safety Works

  • First published: 27 January 2024
  • Last modified: 27 January 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03809b
Published by:
The Royal Borough of Kensington and Chelsea
Authority ID:
AA21978
Publication date:
27 January 2024
Deadline date:
07 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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)

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45300000 Building installation work Construction work
45211000 Construction work for multi-dwelling buildings and individual houses Building construction work
45310000 Electrical installation work Building installation work
44221220 Fire doors Windows, doors and related items
35111300 Fire extinguishers Firefighting equipment
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
45320000 Insulation work Building installation work
45350000 Mechanical installations Building installation work
44480000 Miscellaneous fire-protection equipment Miscellaneous fabricated products and related items
45453000 Overhaul and refurbishment work Other building completion work
38431200 Smoke-detection apparatus Detection apparatus
45343230 Sprinkler systems installation work Fire-prevention installation works

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
TAprocurement@rbkc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.