Tender

www.capitalesourcing.com

  • Royal Borough of Kensington and Chelsea

F05: Contract notice – utilities

Notice identifier: 2022/S 000-026781

Procurement identifier (OCID): ocds-h6vhtk-031719

Published 23 September 2022, 5:47pm



Section one: Contracting entity

one.1) Name and addresses

Royal Borough of Kensington and Chelsea

W8 7NX

London

W8 7NX

Contact

Mo Ajibola -Procurement Manager

Email

mo.ajibola@rbkc.gov.uk

Country

United Kingdom

Region code

UKI - London

Internet address(es)

Main address

https://www.rbkc.gov.uk/

Buyer's address

https://www.wearew11.org/en

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.6) Main activity

Production, transport and distribution of gas and heat


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

www.capitalesourcing.com

Reference number

Ref 270

two.1.2) Main CPV code

  • 65000000 - Public utilities

two.1.3) Type of contract

Services

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

12 June 2023

End date

1 June 2028

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: No

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

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 possibly 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

three.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 possibly required

Trustmark Membership


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-004221

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

Date

7 November 2022

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

23 September 2022

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

Tender must be valid until: 1 June 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Borough of Kensington and Chelsea of The Town Hall, Hornton Street, London

W8 7NX

London

W8 7NX

Country

United Kingdom