Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Royal Borough of Kensington and Chelsea
The Town Hall, Hornton Street
London
W8 7NX
UK
E-mail: hm-procurement@rbkc.gov.uk
NUTS: UKI33
Internet address(es)
Main address: https://www.rbkc.gov.uk/
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://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
Provision of Building and Security Services
Reference number: Ref. 418
II.1.2) Main CPV code
79700000
II.1.3) Type of contract
Services
II.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’.
II.1.5) Estimated total value
Value excluding VAT:
1 400 000.00
GBP
II.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.
II.2) Description
Lot No: 1
II.2.1) Title
World's End Estate
II.2.2) Additional CPV code(s)
79700000
79710000
79713000
79715000
79992000
79993100
II.2.3) Place of performance
NUTS code:
UKI33
Main site or place of performance:
Within the Royal Borough of Kensington and Chelsea
II.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.
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:
560 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
Lot No: 2
II.2.1) Title
Trellick Tower
II.2.2) Additional CPV code(s)
79700000
79710000
79713000
79715000
79992000
II.2.3) Place of performance
NUTS code:
UKI33
Main site or place of performance:
Within the Royal Borough of Kensington and Chelsea
II.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.
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:
320 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
Lot No: 3
II.2.1) Title
Hazelwood Tower and Adair Tower
II.2.2) Additional CPV code(s)
79700000
79710000
79713000
79715000
79992000
79993100
II.2.3) Place of performance
NUTS code:
UKI33
Main site or place of performance:
Within the Royal Borough of Kensington and Chelsea
II.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.
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:
320 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
Lot No: 4
II.2.1) Title
Silchester Estate
II.2.2) Additional CPV code(s)
79700000
79710000
79713000
79715000
79992000
79993100
II.2.3) Place of performance
NUTS code:
UKI33
Main site or place of performance:
Within the Royal Borough of Kensington and Chelsea
II.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.
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:
200 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
II.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 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:
Please refer to the procurement documents.
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.2.2) Contract performance conditions
Please refer to the procurement documents.
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/11/2023
Local time: 17:00
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:
20/11/2023
Local time: 12:00
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.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.
VI.4) Procedures for review
VI.4.1) Review body
The High Court
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
Royal Borough of Kensington and Chelsea
The Town Hall, Hornton Street
London
W8 7NX
UK
VI.5) Date of dispatch of this notice
16/10/2023