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
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
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.