Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of Building and Security Services

  • First published: 18 October 2023
  • Last modified: 18 October 2023
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-040c7d
Published by:
Royal Borough of Kensington and Chelsea
Authority ID:
AA56036
Publication date:
18 October 2023
Deadline date:
17 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
79993100 Facilities management services Building and facilities management services
79713000 Guard services Security services
79700000 Investigation and security services Business services: law, marketing, consulting, recruitment, printing and security
79715000 Patrol services Security services
79992000 Reception services Miscellaneous business-related services
79710000 Security services Investigation and security services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
hm-procurement@rbkc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.