Contract notice – utilities
Section I: Contracting 
        entity
      
I.1) Name and addresses
  Royal Borough of Kensington and Chelsea
  W8 7NX
  London
  W8 7NX
  UK
  
            Contact person: Mo Ajibola -Procurement Manager
  
            E-mail: mo.ajibola@rbkc.gov.uk
  
            NUTS: UKI
  Internet address(es)
  
              Main address: https://www.rbkc.gov.uk/
  
              Address of the buyer profile: https://www.wearew11.org/en
 
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.6) Main activity
Production, transport and distribution of gas and heat
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
www.capitalesourcing.com
            Reference number: Ref 270
  II.1.2) Main CPV code
  65000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The Authority is conducting a procurement for a design, build, operation and maintenance contract relating to the Notting Dale heat network (the “Procurement”).
  The Notting Dale Heat Network (the “Heat Network”’/”Project”) is to be delivered and operated by a Special Purpose Vehicle (SPV) wholly owned by the Council, Notting Dale Heat Network Ltd. It is the Council’s ambition that it will be the most reliable and proactively maintained heat network in the UK. 
  The initial phase of the Project is to serve the Lancaster West Estate (LWE) for which the intended heat users include around 800 residential units, a school, a large Council-owned leisure centre and business units for SMEs (Baseline Studios).
   The Project is anticipated to expand through future phases, which are currently being assessed.
  The Authority is obliged to conduct this procurement in full accordance with the Utilities Contracts Regulations 2016. The Authority will procure the Proposed Contract using the Negotiated Procedure with Prior Notice as set out in Regulation 47 of the UCR 2016, which provides a structure for this competitive tendering exercise.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.3) Place of performance
    NUTS code:
    UKI
    II.2.4) Description of the procurement
    Lancaster West Estate (the Estate), in North Kensington, is undergoing a comprehensive refurbishment of its social housing and landscaping, with a deep energy retrofit to improve its energy performance.
    The Authority is conducting a procurement for a design, build, operation and maintenance contract relating to the Notting Dale heat network (the “Procurement”).
    The Notting Dale Heat Network (the “Heat Network”’/”Project”) is to be delivered and operated by a Special Purpose Vehicle (SPV) wholly owned by the Council, Notting Dale Heat Network Ltd. It is the Council’s ambition that it will be the most reliable and proactively maintained heat network in the UK.
     The initial phase of the Project is to serve the Lancaster West Estate (LWE) for which the intended heat users include around 800 residential units, a school, a large Council-owned leisure centre and business units for SMEs (Baseline Studios). The Project is anticipated to expand through future phases, which are currently being assessed. Detail is provided in the ISIT - 2A, Project Description and Objectives report.
    The Authority is obliged to conduct this procurement in full accordance with the Utilities Contracts Regulations 2016. The Authority will procure the Proposed Contract using the Negotiated Procedure with Prior Notice as set out in Regulation 47 of the UCR 2016, which provides a structure for this competitive tendering exercise.
    II.2.5) Award criteria
    Price is not the only award criterion and all criteria are stated only in the procurement documents
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Start:
                12/06/2023
    
                End:
                01/06/2028
    
                  This contract is subject to renewal: No
                
    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
            
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.1.2) Economic and financial standing
  List and brief description of selection criteria:
  Bidders are required to complete the Standard Selection Questionnaire , followed by the quality questions and their commercial proposal.
Minimum level(s) of standards required:
  Insurance level required 
  •	Employer's Liability Insurance of: £10 million
  •	Public Liability Insurance of: £10 million
  •	Professional Indemnity Insurance of: £10 million as a minimum
  III.1.3) Technical and professional ability
  List and brief description of selection criteria:
  Selection Questionnaire is available on the CapitaleSourcing portal
Minimum level(s) of standards required:
  Trustmark Membership
 
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  Negotiated with call for competition
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        No
      
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2022/S 000-004221
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              07/11/2022
  
                Local time: 17:00
  IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
  
              Date:
              23/09/2022
  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
  
                Tender must be valid until:
                01/06/2023
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.4) Procedures for review
  VI.4.1) Review body
  
    Royal Borough of Kensington and Chelsea of The Town Hall, Hornton Street, London
    W8 7NX
    London
    W8 7NX
    UK
   
 
VI.5) Date of dispatch of this notice
23/09/2022