Tender

Procurement Frameworks for RBKC Housing Management - Fire Safety Works

  • The Royal Borough of Kensington and Chelsea

F02: Contract notice

Notice identifier: 2024/S 000-002620

Procurement identifier (OCID): ocds-h6vhtk-03809b

Published 25 January 2024, 3:43pm



Section one: Contracting authority

one.1) Name and addresses

The Royal Borough of Kensington and Chelsea

Town Hall, Hornton Street

London

W8 7NX

Email

TAprocurement@rbkc.gov.uk

Telephone

+44 800137111

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

www.capitalesourcing.com

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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 - Fire Safety Works

Reference number

RBKC-17812

two.1.2) Main CPV code

  • 45211000 - Construction work for multi-dwelling buildings and individual houses

two.1.3) Type of contract

Works

two.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)

two.1.5) Estimated total value

Value excluding VAT: £75,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Fire Stopping, Compartmentation & Fire Doors

Lot No

1

two.2.2) Additional CPV code(s)

  • 44221220 - Fire doors
  • 44480000 - Miscellaneous fire-protection equipment
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45350000 - Mechanical installations
  • 45453000 - Overhaul and refurbishment work

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 managed by RBKC primarily located within the Borough. Refer to 1.2 of the ITT

two.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)

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: £30,000,000

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

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.

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.2.14) Additional information

A maximum number of five (5) suppliers will be appointed to the framework agreement for this Lot.

two.2) Description

two.2.1) Title

Active Fire Protection Systems

Lot No

2

two.2.2) Additional CPV code(s)

  • 35111300 - Fire extinguishers
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45320000 - Insulation work
  • 45343000 - Fire-prevention installation works
  • 45343230 - Sprinkler systems installation work
  • 45350000 - Mechanical installations
  • 45453000 - Overhaul and refurbishment work

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 managed by RBKC primarily located within the Borough. Refer to 1.2 of the ITT

two.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

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: £22,500,000

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

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.

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.2.14) Additional information

A maximum number of five (5) suppliers will be appointed to the framework agreement for this Lot.

two.2) Description

two.2.1) Title

Means of Escape, Fire Detection and Smoke Ventilation Systems

Lot No

3

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 38431200 - Smoke-detection apparatus
  • 45211000 - Construction work for multi-dwelling buildings and individual houses
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45312100 - Fire-alarm system installation work
  • 45320000 - Insulation work
  • 45350000 - Mechanical installations
  • 45453000 - Overhaul and refurbishment work

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 managed by RBKC primarily located within the Borough. Refer to 1.2 of the ITT

two.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)

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: £22,500,000

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

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.

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.2.14) Additional information

A maximum number of five (5) suppliers will be appointed to the framework agreement for this Lot.


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 in 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: 16

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 000-031764

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 March 2024

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

7 March 2024

Local time

2:00pm

Place

www.capitalesourcing.com


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 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.

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.