Tender

Ref 510 - Quantity Surveying Services

  • Royal Borough of Kensington and Chelsea

F02: Contract notice

Notice identifier: 2024/S 000-037486

Procurement identifier (OCID): ocds-h6vhtk-04bd2e

Published 20 November 2024, 11:21am



Section one: Contracting authority

one.1) Name and addresses

Royal Borough of Kensington and Chelsea

The Town Hall, Hornton Street, Kensington

London

W8 7NX

Email

hm-procurement@rbkc.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

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

Ref 510 - Quantity Surveying Services

Reference number

Ref 510

two.1.2) Main CPV code

  • 66171000 - Financial consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

RBKC is seeking to award a Contract to a suitably experienced, qualified and competent Consultancy. An experienced and skilled Consultancy is required to provide Key Personnel to advise on matters covering:

1. procurement – enquiry documentation & pricing schedules;

2. contracts – producing, checking & execution of contracts signed under hand;

3. commercial reporting;

4. forecasts;

5. final accounts & claims;

6. measuring works & reviewing Applications for payment;

7. raising purchase orders & certifying invoices; and

8. providing commercial advice and support to colleagues across property services.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Within the Royal Borough of Kensington and Chelsea

two.2.4) Description of the procurement

RBKC is seeking to award a Contract to a suitably experienced, qualified and competent Consultancy. An experienced and skilled Consultancy is required to provide Key Personnel to advise on matters covering:

1. procurement – enquiry documentation & pricing schedules;

2. contracts – producing, checking & execution of contracts signed under hand;

3. commercial reporting;

4. forecasts;

5. final accounts & claims;

6. measuring works & reviewing Applications for payment;

7. raising purchase orders & certifying invoices; and

8. providing commercial advice and support to colleagues across property services.

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.2.7) 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


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.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

20 January 2025

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 January 2025

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