Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Royal Borough of Kensington and Chelsea
  The Town Hall, Hornton Street
  London
  W8 7NX
  UK
  
            E-mail: hm-procurement@rbkc.gov.uk
  
            NUTS: UKI33
  Internet address(es)
  
              Main address: https://www.rbkc.gov.uk/
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.capitalesourcing.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://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
Provision of Building and Security Services
            Reference number: Ref. 418
  II.1.2) Main CPV code
  79700000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The Contracting Authority is seeking to enter into a series of contracts with qualified and experienced economic operators to provide a range of building and security services across five (5) estates in the borough including concierge services, CCTV monitoring, manned guarding, a patrol service, and oversight of various activities on the respective estates.
  The services being procured have been categorised into the following four (4) lots:
  Lot 1 – World’s End Estate;
  Lot 2 – Trellick Tower;
  Lot 3 – Hazelwood Tower and Adair Tower; and
  Lot 4 – Silchester Estate (provisional)
  The contracts will cover a range of services as set out in more detail against each lot below.
  Each contract will be for an initial period of two (2) years with the option to extend the contract period for a further two (2) years at the Contracting Authority’s discretion making possible a total contract period of four (4) years.
  The estimated value of the contract across all lots over four (4) years is £1.4 million (excluding VAT).
  Important note for ‘Lot 4 – Silchester Estate’:
  The services for ‘Lot 4 - Silchester Estate’ are tentative, subject to resident consultation and so, not definitive. Tenderers should note that the services for this lot should be considered as somewhat provisional in nature as the requirement for these services still need to be consulted with the residents of the estate. Nevertheless, tenders are being invited through this Notice and following the evaluation of submitted tenders, a resident consultation will be carried out. After the resident consultation has been completed the Contracting Authority will decide whether to proceed with the procurement of the services in relation to ‘Lot 4’.
  II.1.5) Estimated total value
  Value excluding VAT: 
			1 400 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  Tenders may be submitted for all lots
  The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
  There is no limit on the number of lots that may be awarded to one tenderer.
 
II.2) Description
  
          Lot No: 1
  
    II.2.1) Title
    World's End Estate
    II.2.2) Additional CPV code(s)
    79700000
    79710000
    79713000
    79715000
    79992000
    79993100
    II.2.3) Place of performance
    NUTS code:
    UKI33
Main site or place of performance:
    Within the Royal Borough of Kensington and Chelsea
    II.2.4) Description of the procurement
    The Contracting Authority wishes to procure a range of building and security services including concierge services, CCTV monitoring, manned guarding, a patrol service, and oversight of various activities for use by the Contracting Authority. The economic operator must be able to provide all the services under this lot. The Contracting Authority expects to enter into a contract with one (1) economic operator for this lot. Without limitation, the required services are envisaged to support a range of building and security services at the Worlds End Estate within the borough of Kensington and Chelsea.
    The duration of the contract will be for an initial period of two (2) years with the option to extend the contract period for a further two (2) years at the Contracting Authority’s discretion making possible a total contract period of four (4) years.
    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: 
			560 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  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:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 2
  
    II.2.1) Title
    Trellick Tower
    II.2.2) Additional CPV code(s)
    79700000
    79710000
    79713000
    79715000
    79992000
    II.2.3) Place of performance
    NUTS code:
    UKI33
Main site or place of performance:
    Within the Royal Borough of Kensington and Chelsea
    II.2.4) Description of the procurement
    The Contracting Authority wishes to procure a range of building and security services including concierge services, CCTV monitoring, manned guarding, a patrol service, and oversight of various activities for use by the Contracting Authority. The economic operator must be able to provide all the services under this lot. The Contracting Authority expects to enter into a contract with one (1) economic operator for this lot. Without limitation, the required services are envisaged to support a range of building and security services at Trellick Tower within the borough of Kensington and Chelsea.
    The duration of the contract will be for an initial period of two (2) years with the option to extend the contract period for a further two (2) years at the Contracting Authority’s discretion making possible a total contract period of four (4) years.
    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: 
			320 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  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:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 3
  
    II.2.1) Title
    Hazelwood Tower and Adair Tower
    II.2.2) Additional CPV code(s)
    79700000
    79710000
    79713000
    79715000
    79992000
    79993100
    II.2.3) Place of performance
    NUTS code:
    UKI33
Main site or place of performance:
    Within the Royal Borough of Kensington and Chelsea
    II.2.4) Description of the procurement
    The Contracting Authority wishes to procure a range of building and security services including concierge services, CCTV monitoring, manned guarding, a patrol service, and oversight of various activities for use by the Contracting Authority. The economic operator must be able to provide all the services under this lot. The Contracting Authority expects to enter into a contract with one (1) economic operator for this lot. Without limitation, the required services are envisaged to support a range of building and security services at Hazelwood Tower and Adair Tower within the borough of Kensington and Chelsea.
    The duration of the contract will be for an initial period of two (2) years with the option to extend the contract period for a further two (2) years at the Contracting Authority’s discretion making possible a total contract period of four (4) years.
    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: 
			320 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  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:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 4
  
    II.2.1) Title
    Silchester Estate
    II.2.2) Additional CPV code(s)
    79700000
    79710000
    79713000
    79715000
    79992000
    79993100
    II.2.3) Place of performance
    NUTS code:
    UKI33
Main site or place of performance:
    Within the Royal Borough of Kensington and Chelsea
    II.2.4) Description of the procurement
    The Contracting Authority wishes to procure a range of building and security services including concierge services, CCTV monitoring, manned guarding, a patrol service, and oversight of various activities for use by the Contracting Authority. The economic operator must be able to provide all the services under this lot. The Contracting Authority expects to enter into a contract with one (1) economic operator for this lot. Without limitation, the required services are envisaged to support a range of building and security services at the Silchester Estate within the borough of Kensington and Chelsea.
    The services for ‘Lot 4 - Silchester Estate’ are tentative, subject to resident consultation and so, not definitive. Tenderers should note that the services for this lot should be considered as somewhat provisional in nature as the requirement for these services still need to be consulted with the residents of the estate. Nevertheless, tenders are being invited through this Notice and following the evaluation of submitted tenders, a resident consultation will be carried out. After the resident consultation has been completed the Contracting Authority will decide whether to proceed with the procurement of the services in relation to ‘Lot 4’.
    If the Contracting Authority decides to proceed with the procurement of the services for Lot 4, then the duration of the contract will be for an initial period of two (2) years with the option to extend the contract period for a further two (2) years at the Contracting Authority’s discretion making possible a total contract period of four (4) years.
    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: 
			200 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 48
    
                  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:
            
              No
            
    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
    As stated in Section II.2.4) above (Description of the procurement) the services for 'Lot 4 - Silchester Estate' are tentative at the time of this Notice, subject to resident consultation and so, not definitive. Tenderers should note that the Contracting Authority may or may not proceed with the procurement of the services in relation to Lot 4.
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  Please refer to the procurement documents.
  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
  Please refer to the procurement documents.
 
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              17/11/2023
  
                Local time: 17:00
  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: 9 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              20/11/2023
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The procurement is being managed through the Contracting Authority's e-tendering portal, capitalEsourcing: https://www.capitalesourcing.com.
To be able to access the procurement documents you will need to register your company details on the portal. Please check that you can access the documents and if you have any problems, then you should contact the helpdesk at capitalesourcing.
The Contracting Authority reserves the right to abandon this procurement process at any stage following the publication of this Notice and/or not to award any contract for any Lot or all of the Lots in respect of this Notice.
Full details of the scope and requirements for this opportunity is set out in the procurement documents issued by the Contracting Authority.
All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the tender and the procurement process as a whole. Under no circumstances will the Contracting Authority or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise.
The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). Selection of tenderers will be based solely on the criteria set out in the procurement documents.
VI.4) Procedures for review
  VI.4.1) Review body
  
    The High Court
    London
    WC2A 2LL
    UK
   
  VI.4.2) Body responsible for mediation procedures
  
    Royal Borough of Kensington and Chelsea
    The Town Hall, Hornton Street
    London
    W8 7NX
    UK
   
 
VI.5) Date of dispatch of this notice
16/10/2023