- Scope of the procurement
- Lot 1 - Fixed electrical installations, emergency lighting, lightning protection
- Lot 2 - Gas servicing and BMS systems
- Lot 3 - Fire alarms, CCTV systems, panic alarms and access control systems
- Lot 4 - Water systems management including water risk assessments
- Lot 5 - Air conditioning and air handling units
- Lot 6 - Fire doors
- Lot 7 - Automatic doors
- Lot 8 - Firefighting equipment and dry risers
- Lot 9 - Lifts and hoists
- Lot 10 - Mechanical, plumbing and generators
Section one: Contracting authority
one.1) Name and addresses
Harrow Council
Civic Centre
Harrow
HA1 2XY
Contact
Ms Carol Barlow
Telephone
+44 7825414363
Country
United Kingdom
Region code
UKI7 - Outer London – West and North West
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Planned Preventative Maintenance
Reference number
DN637836
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
The London Borough of Harrow ("the Authority") is seeking to procure a contract for the provision of planned preventative maintenance (PPM) of external and internal building fabric at approximately 65 sites across the Borough.
It is envisaged that an element of reactive maintenance works will be required under the PPM Contracts. This may be awarded in accordance with the dayworks regime under the PPM Contract or, alternatively, the Authority may award such work to another contractor. Any decision on award of reactive maintenance will be at the Authority’s sole discretion.
The PPM schedule is a dynamic document. During the course of the Contract, PPM’s may be deleted, added or deferred.
Sites and assets may be removed or added during the term of the contract.
The contract will be divided into ten, single supplier lots:
Lot 1 - Fixed electrical installations, emergency lighting, lightning protection
Lot 2 - Gas servicing and BMS systems
Lot 3 - Fire alarms, CCTV systems, panic alarms and access control systems
Lot 4 - Water systems management including water risk assessments
Lot 5 - Air conditioning and air handling units
Lot 6 - Fire doors
Lot 7 - Automatic doors
Lot 8 - Firefighting equipment and dry risers
Lot 9 - Lifts and hoists
Lot 10 - Mechanical, plumbing and generators
It is the Authority’s intention to appoint a single contractor to each lot.
Tenderers can bid for one or any combination of Lots.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Fixed electrical installations, emergency lighting, lightning protection
Lot No
1
two.2.2) Additional CPV code(s)
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
Planned preventative maintenance, and reactive maintenance (at the Authority's discretion) for fixed electrical installations, emergency lighting, and lightning protection
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
two.2) Description
two.2.1) Title
Lot 2 - Gas servicing and BMS systems
Lot No
2
two.2.2) Additional CPV code(s)
- 50720000 - Repair and maintenance services of central heating
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
Planned preventative maintenance, and reactive maintenance (at the Authority's discretion) for gas servicing and BMS systems
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
two.2) Description
two.2.1) Title
Lot 3 - Fire alarms, CCTV systems, panic alarms and access control systems
Lot No
3
two.2.2) Additional CPV code(s)
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
Planned preventative maintenance, and reactive maintenance (at the Authority's discretion) for fire alarms, CCTV systems, panic alarms and access control systems
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
two.2) Description
two.2.1) Title
Lot 4 - Water systems management including water risk assessments
Lot No
4
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
Planned preventative maintenance, and reactive maintenance (at the Authority's discretion) for water systems management including water risk assessments
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
two.2) Description
two.2.1) Title
Lot 5 - Air conditioning and air handling units
Lot No
5
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
Planned preventative maintenance, and reactive maintenance (at the Authority's discretion) for air conditioning and air handling units
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
two.2) Description
two.2.1) Title
Lot 6 - Fire doors
Lot No
6
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
Planned preventative maintenance, and reactive maintenance (at the Authority's discretion) for fire doors
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
two.2) Description
two.2.1) Title
Lot 7 - Automatic doors
Lot No
7
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
Planned preventative maintenance, and reactive maintenance (at the Authority's discretion) for automatic doors
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
two.2) Description
two.2.1) Title
Lot 8 - Firefighting equipment and dry risers
Lot No
8
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
Planned preventative maintenance, and reactive maintenance (at the Authority's discretion) for firefighting equipment and dry risers
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
two.2) Description
two.2.1) Title
Lot 9 - Lifts and hoists
Lot No
9
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
Planned preventative maintenance, and reactive maintenance (at the Authority's discretion) for lifts and hoists
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
two.2) Description
two.2.1) Title
Lot 10 - Mechanical, plumbing and generators
Lot No
10
two.2.2) Additional CPV code(s)
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI7 - Outer London – West and North West
two.2.4) Description of the procurement
Planned preventative maintenance, and reactive maintenance (at the Authority's discretion) for mechanical, plumbing and generators
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.1.2) 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
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
Originally published as:
Date
24 February 2023
Local time
12:00pm
Changed to:
Date
24 March 2023
Local time
12:00pm
See the change notice.
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 February 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom