Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Royal Borough of Kensington and Chelsea
.
London
.
UK
E-mail: adeleke.adelowo@rbkc.gov.uk
NUTS: UKI33
Internet address(es)
Main address: www.rbkc.gov.uk
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
www.capitalesourcing.com
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Worlds End Estate Wet Risers Contract
Reference number: RBKC-HM/2022/025
II.1.2) Main CPV code
45350000
II.1.3) Type of contract
Works
II.1.4) Short description
The Royal Borough of Kensington and Chelsea (RBKC) Housing Management is looking to appoint a suitably qualified and experienced contractor to carry out the design (or complete the design), supply and installation of Wet Fire Main (Wet Riser) to protect the existing multi-level, multi-use residential properties at the following residential towers:
• Berenger Tower
• Chelsea Reach Tower
• Blantyre Tower
• Ashburn Tower
• Whistler Tower
• Greaves Tower, and
• Dartrey Tower
II.1.5) Estimated total value
Value excluding VAT:
1 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50710000
II.2.3) Place of performance
NUTS code:
UKI33
Main site or place of performance:
Royal Borough of Kensington and Chelsea
II.2.4) Description of the procurement
Worlds End Estate Wet Risers Contract
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 8
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Bidders must hold a minimum of LPCB LPS 1048 level 3.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/05/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
24/05/2022
Local time: 13:00
Place:
Royal Borough o Kensington and Chelsea
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Royal Institution of Chartered Surveyor
London
UK
VI.5) Date of dispatch of this notice
19/04/2022