Section one: Contracting authority
one.1) Name and addresses
The Royal Borough of Kensington and Chelsea
Town Hall, Hornton Street
London
W8 7NX
Telephone
+44 800137111
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.capitalesourcing.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Procurement Frameworks for RBKC Housing Management - Mechanical and Electrical Works and Lift Works
Reference number
RBKC-16296
two.1.2) Main CPV code
- 45300000 - Building installation work
two.1.3) Type of contract
Works
two.1.4) Short description
To access this tender you must register an account with the Capital e-sourcing Portal at www.capitalesourcing.com and use the following access code ITT_RBKC_16296 or click the following link
https://www.capitalesourcing.com/go/3855616601851172D6BE
RBKC wishes to appoint a number of contractors across four (4) Lots to deliver a range of mechanical and electrical works, including la specific lot for lift installation and refurbishment works to its property portfolio. The intention is to enter into the Framework agreement to start in the autumn of 2023 for a period of four years with an option to extend of up to two further years up to a maximum duration of six years.
The works may include mechanical and electrical 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:
Electrical wiring
Landlord’s electrical supplies, lateral mains and intake cupboards
Electric supply metering
Lighting (including communal, emergency, and external lighting)
Door entry systems, and electric door operators
Closed circuit television (CCTV) systems
Fire, smoke and heat alarm systems
Warden call systems
Communal ventilation (including ductwork and fittings, and automatic opening vents)
Communal water tanks
Pipework and fittings
Dry risers and wet risers
Boilers and communal/district heating and hot water systems
Heat recovery systems
Booster pumps
Sump pumps
Energy efficiency measures
Any other mechanical or electrical parts and systems serving our housing stock.
Any related works or services necessary to facilitate the above works, such as: design services; provision of access; related work to the fabric and structure of any building or estate, including making good; and identification and removal of asbestos.
Any other work or service associated with or ancillary to the above.
Lift works including
The installation, removal, repair, maintenance, overhaul, renewal, replacement, improvement and decoration of lift systems serving our buildings and estates.
Any related works or services necessary to facilitate the above works, such as: design services; provision of access; related mechanical or electrical work; related work to the fabric and structure of any building or estate, including making good; and identification and removal of asbestos.
Any other work or service associated with or ancillary to the above.
two.1.5) Estimated total value
Value excluding VAT: £250,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Tenderers may bid for and be awarded either
*Lot 1 only, or
* lot 2 and / or 3
* any contractor may bid for lot 4.
two.2) Description
two.2.1) Title
Projects up to £500,000
Lot No
1
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45350000 - Mechanical installations
- 51100000 - Installation services of electrical and mechanical equipment
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance
Properties owned and / or managed by RBKC which are primarily located within the borough. A small number of properties are located outside of the borough boundary
two.2.4) Description of the procurement
Projects up to the value of £500,000 will be called off from the framework under this lot. Please refer to the short description in section II.1.2 and the procurement documents for further details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £18,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There will be an option to extend the framework agreement for a period of two years subject to satisfactory performance and at the sole discretion of RBKC up to a maximum duration of 72 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Projects over £500,000 up to £1,500.000
Lot No
2
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45350000 - Mechanical installations
- 51100000 - Installation services of electrical and mechanical equipment
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance
Properties owned and / or managed by RBKC which are primarily located within the borough. A small number of properties are located outside of the borough boundary
two.2.4) Description of the procurement
Projects over the value of £500,000 and up to £1,500,000 will be called off from the framework under this lot. Please refer to the short description in section II.1.2 and the procurement documents for further details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £112,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There will be an option to extend the framework agreement for a period of two years subject to satisfactory performance and at the sole discretion of RBKC up to a maximum duration of 72 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Projects over £1,500.000
Lot No
3
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45350000 - Mechanical installations
- 51100000 - Installation services of electrical and mechanical equipment
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance
Properties owned and / or managed by RBKC which are primarily located within the borough. A small number of properties are located outside of the borough boundary
two.2.4) Description of the procurement
Projects over the value of £1,500,000 will be called off from the framework under this lot. Please refer to the short description in section II.1.2 and the procurement documents for further details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £93,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There will be an option to extend the framework agreement for a period of two years subject to satisfactory performance and at the sole discretion of RBKC up to a maximum duration of 72 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lift Works
Lot No
4
two.2.2) Additional CPV code(s)
- 42416100 - Lifts
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance
Properties owned and / or managed by RBKC which are primarily located within the borough. A small number of properties are located outside of the borough boundary
two.2.4) Description of the procurement
Projects for lift works of any value will be called off from the framework under this lot. Please refer to the short description in section II.1.2 and the procurement documents for further details.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £25,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There will be an option to extend the framework agreement for a period of two years subject to satisfactory performance and at the sole discretion of RBKC up to a maximum duration of 72 months
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As stated n the procurement and framework documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
In the case of framework agreements, provide justification for any 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.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-018676
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 March 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
9 March 2023
Local time
1:00pm
Place
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
To access this tender you must register an account with the Capital e-sourcing Portal at www.capitalesourcing.com and use the following access code ITT_RBKC_16296 or click the following link
https://www.capitalesourcing.com/go/3855616601851172D6BE
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.
six.4) Procedures for review
six.4.1) Review body
The Royal Borough of Kensington and Chelsea
London
Country
United Kingdom
six.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.