Section one: Contracting authority
one.1) Name and addresses
Royal Borough of Kensington and Chelsea - Grenfell Housing Service
The Town Hall, Hornton Street, London
London
W8 7NX
Contact
Mo Ajibola
Country
United Kingdom
Region code
UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Internet address(es)
Main address
Buyer's 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
Provision of Repairs & Maintenance, Resilience, PPM , Response and Out-of-Hours Service
Reference number
RBKC-HM/2022/073
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Grenfell Housing service is seeking tenders to appoint the services of suitably qualified and experienced main contractor to provide a supplemental Programmed, Planned and Responsive repairs service.
Tenderers shall be deemed to have submitted their rates with a full understanding of the nature of the scope and volume of work.
The Council will award the Contract(s) commencing 1 April 2023 with a contract end date of 31 March 2025. The Council reserves the right to offer an extension of the Contract for a further 12 months, subject to satisfactory performance.
The Council has its own in-house repairs service that undertakes a proportion of this work; however, demand sometimes outweighs this capacity, thus a main contractor is required to ensure the Council can fulfil its repair obligations.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance
Majority of the properties are within the borough of Kensington & Chelsea, with others being in neighbouring boroughs of Westminster, Brent, Hammersmith & Fulham and Richmond.
two.2.4) Description of the procurement
Grenfell Housing Service requires a main contractor to undertake a planned preventative maintenance, resilience, response, and emergency out-of-hours service programme to cover 160 properties occupied by Grenfell survivors and bereaved.
The service supplements a new and developing “in-house” repairs and handyperson service run out of Lancaster West and the overall service is managed by Grenfell Housing Services (GHS).
Ideally, we are looking to appoint a single main contractor with a robust/ agile supply chain to deliver the scope of this service which includes:
• A responsive repair and maintenance service to Grenfell survivors and bereaved.
• A “resilience” service to provide backup to a borough “in-house” repairs service.
• An out-of-hours service to residents to deal with emergency jobs, for example, leaks, and heating outages outside of normal working hours.
• To provide flexibility outside of 9-5, Monday to Friday on non-urgent jobs for residents who work or have other commitments.
• To provide a building maintenance service to freehold, Council acquired blocks.
• To provide Fire safety checks and ensure compliance in relation to gas and electrical safety as well as other programmed compliance tasks in properties acquired by the Council.
The geographical coverage of the service is relatively compressed, with the majority of the properties being within the borough of Kensington & Chelsea, with others being in neighbouring boroughs of Westminster, Brent, Hammersmith & Fulham and Richmond.
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: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
3 April 2023
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
subject to satisfactory performance
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in 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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 December 2022
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
Tender must be valid until: 14 June 2023
four.2.7) Conditions for opening of tenders
Date
15 December 2022
Local time
9:00am
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
Town Hall, Hornton Street
London
W8 7NX
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Borough of Kensington and Chelsea
London
W8 7NX
Country
United Kingdom