Opportunity

Provision of Building and Security Services

  • Royal Borough of Kensington and Chelsea

F02: Contract notice

Notice reference: 2023/S 000-030523

Published 16 October 2023, 5:17pm



Section one: Contracting authority

one.1) Name and addresses

Royal Borough of Kensington and Chelsea

The Town Hall, Hornton Street

London

W8 7NX

Email

hm-procurement@rbkc.gov.uk

Country

United Kingdom

NUTS code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

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

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.capitalesourcing.com

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

Provision of Building and Security Services

Reference number

Ref. 418

two.1.2) Main CPV code

  • 79700000 - Investigation and security services

two.1.3) Type of contract

Services

two.1.4) Short description

The Contracting Authority is seeking to enter into a series of contracts with qualified and experienced economic operators to provide a range of building and security services across five (5) estates in the borough including concierge services, CCTV monitoring, manned guarding, a patrol service, and oversight of various activities on the respective estates.

The services being procured have been categorised into the following four (4) lots:

Lot 1 – World’s End Estate;

Lot 2 – Trellick Tower;

Lot 3 – Hazelwood Tower and Adair Tower; and

Lot 4 – Silchester Estate (provisional)

The contracts will cover a range of services as set out in more detail against each lot below.

Each contract will be for an initial period of two (2) years with the option to extend the contract period for a further two (2) years at the Contracting Authority’s discretion making possible a total contract period of four (4) years.

The estimated value of the contract across all lots over four (4) years is £1.4 million (excluding VAT).

Important note for ‘Lot 4 – Silchester Estate’:

The services for ‘Lot 4 - Silchester Estate’ are tentative, subject to resident consultation and so, not definitive. Tenderers should note that the services for this lot should be considered as somewhat provisional in nature as the requirement for these services still need to be consulted with the residents of the estate. Nevertheless, tenders are being invited through this Notice and following the evaluation of submitted tenders, a resident consultation will be carried out. After the resident consultation has been completed the Contracting Authority will decide whether to proceed with the procurement of the services in relation to ‘Lot 4’.

two.1.5) Estimated total value

Value excluding VAT: £1,400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

There is no limit on the number of lots that may be awarded to one tenderer.

two.2) Description

two.2.1) Title

World's End Estate

Lot No

1

two.2.2) Additional CPV code(s)

  • 79700000 - Investigation and security services
  • 79710000 - Security services
  • 79713000 - Guard services
  • 79715000 - Patrol services
  • 79992000 - Reception services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

Within the Royal Borough of Kensington and Chelsea

two.2.4) Description of the procurement

The Contracting Authority wishes to procure a range of building and security services including concierge services, CCTV monitoring, manned guarding, a patrol service, and oversight of various activities for use by the Contracting Authority. The economic operator must be able to provide all the services under this lot. The Contracting Authority expects to enter into a contract with one (1) economic operator for this lot. Without limitation, the required services are envisaged to support a range of building and security services at the Worlds End Estate within the borough of Kensington and Chelsea.

The duration of the contract will be for an initial period of two (2) years with the option to extend the contract period for a further two (2) years at the Contracting Authority’s discretion making possible a total contract period of four (4) years.

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: £560,000

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Trellick Tower

Lot No

2

two.2.2) Additional CPV code(s)

  • 79700000 - Investigation and security services
  • 79710000 - Security services
  • 79713000 - Guard services
  • 79715000 - Patrol services
  • 79992000 - Reception services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

Within the Royal Borough of Kensington and Chelsea

two.2.4) Description of the procurement

The Contracting Authority wishes to procure a range of building and security services including concierge services, CCTV monitoring, manned guarding, a patrol service, and oversight of various activities for use by the Contracting Authority. The economic operator must be able to provide all the services under this lot. The Contracting Authority expects to enter into a contract with one (1) economic operator for this lot. Without limitation, the required services are envisaged to support a range of building and security services at Trellick Tower within the borough of Kensington and Chelsea.

The duration of the contract will be for an initial period of two (2) years with the option to extend the contract period for a further two (2) years at the Contracting Authority’s discretion making possible a total contract period of four (4) years.

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: £320,000

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Hazelwood Tower and Adair Tower

Lot No

3

two.2.2) Additional CPV code(s)

  • 79700000 - Investigation and security services
  • 79710000 - Security services
  • 79713000 - Guard services
  • 79715000 - Patrol services
  • 79992000 - Reception services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

Within the Royal Borough of Kensington and Chelsea

two.2.4) Description of the procurement

The Contracting Authority wishes to procure a range of building and security services including concierge services, CCTV monitoring, manned guarding, a patrol service, and oversight of various activities for use by the Contracting Authority. The economic operator must be able to provide all the services under this lot. The Contracting Authority expects to enter into a contract with one (1) economic operator for this lot. Without limitation, the required services are envisaged to support a range of building and security services at Hazelwood Tower and Adair Tower within the borough of Kensington and Chelsea.

The duration of the contract will be for an initial period of two (2) years with the option to extend the contract period for a further two (2) years at the Contracting Authority’s discretion making possible a total contract period of four (4) years.

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: £320,000

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

Duration in months

48

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

two.2) Description

two.2.1) Title

Silchester Estate

Lot No

4

two.2.2) Additional CPV code(s)

  • 79700000 - Investigation and security services
  • 79710000 - Security services
  • 79713000 - Guard services
  • 79715000 - Patrol services
  • 79992000 - Reception services
  • 79993100 - Facilities management services

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance

Within the Royal Borough of Kensington and Chelsea

two.2.4) Description of the procurement

The Contracting Authority wishes to procure a range of building and security services including concierge services, CCTV monitoring, manned guarding, a patrol service, and oversight of various activities for use by the Contracting Authority. The economic operator must be able to provide all the services under this lot. The Contracting Authority expects to enter into a contract with one (1) economic operator for this lot. Without limitation, the required services are envisaged to support a range of building and security services at the Silchester Estate within the borough of Kensington and Chelsea.

The services for ‘Lot 4 - Silchester Estate’ are tentative, subject to resident consultation and so, not definitive. Tenderers should note that the services for this lot should be considered as somewhat provisional in nature as the requirement for these services still need to be consulted with the residents of the estate. Nevertheless, tenders are being invited through this Notice and following the evaluation of submitted tenders, a resident consultation will be carried out. After the resident consultation has been completed the Contracting Authority will decide whether to proceed with the procurement of the services in relation to ‘Lot 4’.

If the Contracting Authority decides to proceed with the procurement of the services for Lot 4, then the duration of the contract will be for an initial period of two (2) years with the option to extend the contract period for a further two (2) years at the Contracting Authority’s discretion making possible a total contract period of four (4) years.

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: £200,000

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

Duration in months

48

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

two.2.14) Additional information

As stated in Section II.2.4) above (Description of the procurement) the services for 'Lot 4 - Silchester Estate' are tentative at the time of this Notice, subject to resident consultation and so, not definitive. Tenderers should note that the Contracting Authority may or may not proceed with the procurement of the services in relation to Lot 4.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the procurement documents.

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

Please refer to the procurement documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Date

17 November 2023

Local time

5:00pm

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: 9 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

20 November 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The procurement is being managed through the Contracting Authority's e-tendering portal, capitalEsourcing: https://www.capitalesourcing.com.

To be able to access the procurement documents you will need to register your company details on the portal. Please check that you can access the documents and if you have any problems, then you should contact the helpdesk at capitalesourcing.

The Contracting Authority reserves the right to abandon this procurement process at any stage following the publication of this Notice and/or not to award any contract for any Lot or all of the Lots in respect of this Notice.

Full details of the scope and requirements for this opportunity is set out in the procurement documents issued by the Contracting Authority.

All applicants are solely responsible for their costs and expenses incurred in connection with the preparation and submission of the tender and the procurement process as a whole. Under no circumstances will the Contracting Authority or any of its advisors be liable for any costs or expenses borne by any applicant or such applicant's associated organisations or any of its advisors in this process whether the applicant is successful or otherwise.

The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). Selection of tenderers will be based solely on the criteria set out in the procurement documents.

six.4) Procedures for review

six.4.1) Review body

The High Court

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Borough of Kensington and Chelsea

The Town Hall, Hornton Street

London

W8 7NX

Country

United Kingdom