Construction Contract Leads
London
Category Works
Type Contract
No. of Lots 3
Status Complete
Published 19th Nov 2024
Reference | ocds-h6vhtk-03809b |
Common Procurement Vocabulary | Construction work for multi-dwelling buildings and individual houses |
Procurement Method | Open procedure |
Value | - |
London
Category Works
Type Contract
No. of Lots 3
Status Complete
Published 19th Nov 2024
Reference | ocds-h6vhtk-03809b |
Common Procurement Vocabulary | Construction work for multi-dwelling buildings and individual houses |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
The Royal Borough of Kensington and Chelsea
Town Hall, Hornton Street
London
W8 7NX
hm-procurement [at] rbkc.gov.uk
Telephone
+44 800137111
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main 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
Procurement Frameworks for RBKC Housing Management - Fire Safety Works
Reference number
RBKC-17812
II.1.2) Main CPV code
- 45211000 - Construction work for multi-dwelling buildings and individual houses
II.1.3) Type of contract
Works
II.1.4) Short description
RBKC is undertaking the procurement of a Framework for Fire Safety Works. This forms part of RBKC’s wider program of procurements (termed Project Union) to establish four (4) Housing Management Framework Agreements to enable delivery of various works and services.
The Framework for Fire Safety Works will deliver a range of fire safety related works to RBKC’s property portfolio. It will be divided into three (3) Lots and RBKC wishes to appoint up to 5 Contractors per Lot.
The Framework Agreement will be for a period of four (4) years with an option to extend for up to two (2) further years up to a maximum duration of six (6) years.
The scope of works to be delivered under the Framework will be fire safety related works including planned maintenance, refurbishment and improvement works to RBKC housing stock including provision of new installs, repair, replacement, removal, and / or overhaul including but not limited to the following types of works:
Fire Stopping, Compartmentation & Fire Doors including but not limited to;
• Fire-stopping works
• Loft and other compartmentation work.
• Fire safety signage
• Communal area decorations - flame retardant coating systems
• Open Walkway, Weather and Security screen
• Opening-up and making-good works as part of intrusive surveys, i.e., accompanying FRA consultant
• FRA / Fire strategy works such as Bin chutes (e.g., closing off) Communal fire doors and internal glazed screens.
• Communal Fire Door Sets / Front entrance fire doors
• Other fire doors (e.g., services / cupboards doors)
(Includes repair, inspection, and replacement)
Active Fire Protection Systems including but not limited to;
• Fire Extinguishers provision
• Wet, dry & lateral rising mains
• Sprinkler systems
• Water mist systems
Means of Escape, Fire Detection and Smoke Ventilation Systems including but not limited to;
• Fire detection and alarm systems (including smoke and heat detectors within dwellings and integrated systems in common parts)
• Evacuation alert systems (to be used by Fire & Rescue Service)
• Installation of fire / smoke dampers within flats onto communal ducts
• Emergency and communal lighting
• Smoke ventilation systems (mechanical and natural smoke and heat exhaust ventilation systems including AOVs)
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £750,000,000
II.2) Description
II.2.1) Title
Fire Stopping, Compartmentation & Fire Doors
Lot No
1
II.2.2) Additional CPV code(s)
- 44221220 - Fire doors
- 44480000 - Miscellaneous fire-protection equipment
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45350000 - Mechanical installations
- 45453000 - Overhaul and refurbishment work
II.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance
Properties owned and managed by RBKC primarily located within the Borough. Refer to 1.2 of the ITT
II.2.4) Description of the procurement
The framework agreement established for this Lot will be used by RBKC to access and call-off a range of Fire Safety Works on projects that typically involve the supply, installation, repair and maintenance of fire stopping, fire compartmentation and fire doors. The Works required to be delivered under this Lot include but are not limited to:
• Fire-stopping works
• Loft and other compartmentation work.
• Fire safety signage
• Communal area decorations - flame retardant coating systems
• Open Walkway, Weather and Security screen
• Opening-up and making-good works as part of intrusive surveys, i.e., accompanying FRA consultant
• FRA / Fire strategy works such as Bin chutes (e.g., closing off) Communal fire doors and internal glazed screens.
• Communal Fire Door Sets / Front entrance fire doors
• Other fire doors (e.g., services / cupboards doors)
(Includes repair, inspection, and replacement)
two.2.5) Award criteriaII.2.5) Award criteria
II.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 15%
Quality criterion - Name: Residents Engagement / Weighting: 15%
Quality criterion - Name: Quality of Works Delivery / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 6%
Quality criterion - Name: Health & Safety / Weighting: 15%
Quality criterion - Name: Supply Chain & Sourcing Strategy / Weighting: 13%
Quality criterion - Name: Sustainability / Weighting: 6%
Cost criterion - Name: Cost / Weighting: 40
II.2.11) Information about options
Options: Yes
Description of options
The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.
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
Value excluding VAT: £30,000,000
II.2) Description
II.2.1) Title
Active Fire Protection Systems
Lot No
2
II.2.2) Additional CPV code(s)
- 35111300 - Fire extinguishers
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45343000 - Fire-prevention installation works
- 45343230 - Sprinkler systems installation work
- 45350000 - Mechanical installations
- 45453000 - Overhaul and refurbishment work
II.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance
Properties owned and managed by RBKC primarily located within the Borough. Refer to 1.2 of the ITT
II.2.4) Description of the procurement
The framework agreement established for this Lot will be used by RBKC to access and call-off a range of Fire Safety Works on projects that typically involve the supply, installation, repair and maintenance of fire stopping, fire compartmentation and fire doors. The Works required to be delivered under this Lot include but are not limited to:
• Fire Extinguishers provision
• Wet, dry & lateral rising mains
• Sprinkler systems
• Water mist systems
II.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 15%
Quality criterion - Name: Residents Engagement / Weighting: 15%
Quality criterion - Name: Quality of Works Delivery / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 6%
Quality criterion - Name: Health & Safety / Weighting: 15%
Quality criterion - Name: Supply Chain & Sourcing Strategy / Weighting: 13%
Quality criterion - Name: Sustainability / Weighting: 6%
Cost criterion - Name: Cost / Weighting: 40
II.2.11) Information about options
Options: Yes
Description of options
The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.
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
Value excluding VAT: £22,500,000
II.2) Description
II.2.1) Title
Means of Escape, Fire Detection and Smoke Ventilation Systems
Lot No
3
II.2.2) Additional CPV code(s)
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 38431200 - Smoke-detection apparatus
- 45211000 - Construction work for multi-dwelling buildings and individual houses
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45312100 - Fire-alarm system installation work
- 45320000 - Insulation work
- 45350000 - Mechanical installations
- 45453000 - Overhaul and refurbishment work
II.2.3) Place of performance
NUTS codes
- UKI - London
- UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Main site or place of performance
Properties owned and managed by RBKC primarily located within the Borough.
II.2.4) Description of the procurement
The framework agreement established for this lot will be used by RBKC to access and call-off a range of Fire Safety Works on projects that typically involve the supply, installation, repair and maintenance of means of escape, fire detection and smoke ventilation systems. The Works required to be delivered under this Lot include but are not limited to:
• Fire detection and alarm systems (including smoke and heat detectors within dwellings and integrated systems in common parts)
• Evacuation alert systems (to be used by Fire & Rescue Service)
• Installation of fire / smoke dampers within flats onto communal ducts
• Emergency and communal lighting
• Smoke ventilation systems (mechanical and natural smoke and heat exhaust ventilation systems including AOVs)
II.2.5) Award criteria
Quality criterion - Name: Framework Management / Weighting: 15%
Quality criterion - Name: Residents Engagement / Weighting: 15%
Quality criterion - Name: Quality of Works Delivery / Weighting: 30%
Quality criterion - Name: Social Value / Weighting: 6%
Quality criterion - Name: Health & Safety / Weighting: 15%
Quality criterion - Name: Supply Chain & Sourcing Strategy / Weighting: 13%
Quality criterion - Name: Sustainability / Weighting: 6%
Cost criterion - Name: Cost / Weighting: 40
II.2.11) Information about options
Options: Yes
Description of options
The framework agreement will be for an initial term of four (4) years with the option to extend for a further two (2) years, resulting in a maximum term of six (6) years. RBKC considers that the circumstances, environment and challenges which RBKC and the construction market face justifies an extended framework agreement. Please see the procurement documentation for more details.
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
Value excluding VAT: £22,500,000
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-031764
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section V. Award of contract
Lot No
1
Title
Fire Stopping, Compartmentation & Fire Doors
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract
1 November 2024
V.2.2) Information about tenders
Number of tenders received: 21
The contract has been awarded to a group of economic operators: Yes
V.2.3) Name and address of the contractor
Bell Group Limited
Bell Business Park, Rochsolloch Road, Airdrie North Lanarkshire ML6 9BG
Airdrie
ML6 9BG
Country
United Kingdom
NUTS code
- UKM84 - North Lanarkshire
National registration number
SC114142
The contractor is an SME
No
V.2.3) Name and address of the contractor
Gemini AMPM Ltd
30-34 North Street Hailsham East Sussex BN27 1DW
Hailsham
BN27 1DW
Country
United Kingdom
NUTS code
- UKJ22 - East Sussex CC
National registration number
03437130
The contractor is an SME
Yes
V.2.3) Name and address of the contractor
Hollington & Sons (builders) Ltd t/a Olli
Group/Olli Construction, New Derwent House, 69-73 Theobalds Road, London WC1X 8TA
London
WC1X 8TA
Country
United Kingdom
NUTS code
- UKI - London
National registration number
3370671
The contractor is an SME
Yes
V.2.3) Name and address of the contractor
Marke Property Services Ltd
The Old Barn, Off Wood Street, Swanley, Kent, BR8 7PA
Swanley
BR8 7PA
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
10110459
The contractor is an SME
Yes
V.2.3) Name and address of the contractor
OpenView Security Solutions Limited
OpenView House, Chesham Close, Romford, Essex , RM7 7PJ
Romford
RM7 7PJ
Country
United Kingdom
NUTS code
- UKH3 - Essex
National registration number
3376202
The contractor is an SME
No
V.2.3) Name and address of the contractor
RAAM Construction Ltd
Unit 8, Peerglow Estate Queensway, Enfield, London EN5 4SB
London
EN5 4SB
Country
United Kingdom
NUTS code
- UKI - London
National registration number
5934914
The contractor is an SME
Yes
V.2.3) Name and address of the contractor
Trail Group Limited
Unit C White Oak Technology Centre London Road Swanley Kent BR8 7AG
Swanley
BR8 7AG
Country
United Kingdom
NUTS code
- UKJ4 - Kent
National registration number
05057190
The contractor is an SME
Yes
V.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £30,000,000
Section V. Award of contract
Lot No
2
Title
Active Fire Protection Systems
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract
1 November 2024
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: Yes
V.2.3) Name and address of the contractor
Triangle Fire Systems Limited
Triangle Fire Systems Limited Haywood Way, Hastings, East Sussex TN35 4PL
Hastings
TN35 4PL
Country
United Kingdom
NUTS code
- UKJ22 - East Sussex CC
National registration number
5701181
The contractor is an SME
Yes
V.2.3) Name and address of the contractor
Harmony Fire Ltd
Harmony Fire Ltd Watercombe Lane, Yeovil, Somerset BA20 2SU
Yeovil
BA20 2SU
Country
United Kingdom
NUTS code
- UKK23 - Somerset
National registration number
10427303
The contractor is an SME
Yes
V.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £22,500,000
Section V. Award of contract
Lot No
3
Title
Means of Escape, Fire Detection and Smoke Ventilation Systems
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract
1 November 2024
V.2.2) Information about tenders
Number of tenders received: 8
The contract has been awarded to a group of economic operators: Yes
V.2.3) Name and address of the contractor
ABCA Systems Limited
Unit 24 Mylord Crescent, Camperdown Industrial Estate Killingworth, Tyne & Wear NE12 5UJ
Killingworth
NE12 5UJ
Country
United Kingdom
NUTS code
- UKC2 - Northumberland and Tyne and Wear
National registration number
06294877
The contractor is an SME
No
V.2.3) Name and address of the contractor
BCS (Electrical & Building) Services Ltd
Rotherhithe Business Estate, Rotherhithe New Road, London SE16 3EH
London
SE16 3EH
Country
United Kingdom
NUTS code
- UKI - London
National registration number
09165974
The contractor is an SME
Yes
V.2.3) Name and address of the contractor
Electroplan Contracting Ltd
Suite D, The Business Centre. Farringdon Avenue, Romford, Essex RM3 8EN
Romford
RM3 8EN
Country
United Kingdom
NUTS code
- UKH3 - Essex
National registration number
3182897
The contractor is an SME
Yes
V.2.3) Name and address of the contractor
Harmony Fire Ltd
Harmony Fire Ltd Watercombe Lane, Yeovil, Somerset BA20 2SU
Yeovil
BA20 2SU
Country
United Kingdom
NUTS code
- UKK23 - Somerset
National registration number
10427303
The contractor is an SME
Yes
V.2.3) Name and address of the contractor
RGE Services Limited
The Nurseries, Gravel Lane Chigwell, Essex IG7 6BZ
Chigwell
IG7 6BZ
Country
United Kingdom
NUTS code
- UKH3 - Essex
National registration number
3305853
The contractor is an SME
Yes
V.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £2,250,000
Section VI. Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The Royal Borough of Kensington and Chelsea
London
Country
United Kingdom
VI.4.2) Body responsible for mediation procedures
The Royal Borough of Kensington and Chelsea
London
Country
United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
In accordance with Regulations 86 (Notices of decisions to award a contract or conclude a framework agreement), Regulation 87 (standstill period) and Regulation 91 (Enforcement of duties through the court) of the Public Contracts Regulations 2015.