Section one: Contracting authority
one.1) Name and addresses
London Borough of Havering
Town Hall, Main Road
Romford
RM1 3BB
Contact
Shelley Wood
Telephone
+44 7342933523
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/131121
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90817&B=LUMENSOL
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90817&B=LUMENSOL
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
London Borough of Havering - Compliance Works & Services
Reference number
L124
two.1.2) Main CPV code
- 71630000 - Technical inspection and testing services
two.1.3) Type of contract
Services
two.1.4) Short description
London Borough of Havering is looking to procure suitable providers to deliver Compliance Works and Services across six Lots:
a) Lot 1 – Asbestos Surveys
b) Lot 2 – Asbestos Works
c) Lot 3 – Fire Risk Assessments
d) Lot 4 – Fire Servicing, Maintenance and Minor Works
e) Lot 5 – Lift Servicing & Maintenance
f) Lot 6 – Water Hygiene
The contract will be for an initial term of ten years with optional extensions of a maximum further five years to 31st March 2040
two.1.5) Estimated total value
Value excluding VAT: £80,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The same supplier cannot win both:
a) Lot 1 and Lot 2
b) Lot 3 and Lot 4
Should a supplier bid for, and be successful, in both Lots 1 & 2 or Lots 3 & 4 they will be awarded the Lot in which they scored highest and the remaining Lots will be awarded to the second placed bidder for that Lot.
two.2) Description
two.2.1) Title
Asbestos Surveys
Lot No
1
two.2.2) Additional CPV code(s)
- 71317000 - Hazard protection and control consultancy services
- 71700000 - Monitoring and control services
- 79212000 - Auditing services
- 71600000 - Technical testing, analysis and consultancy services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
London Borough of Havering are seeking expressions of interest from suitably skilled and experienced suppliers to deliver Asbestos Surveys.
Within scope of this Contract is delivery of asbestos management surveys, bulk sampling and analysis and re-inspection.
All responsibility in relation to identification and management of asbestos shall be the Providers.
In addition, the Provider will be responsible for holding, maintaining and updating the asbestos register as set out in the Term Brief – Information and Communications Technology.
The successful provider will enter into contract with London Borough of Havering utilising a TAC-1 for an initial term of ten years, with a maximum optional extension of five years.
London Borough of Havering are following the open procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £22,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 October 2025
End date
31 March 2040
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: Yes
Description of options
Optional contract extension of up to five years after initial term of 10 years to 31st March 2040
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.2.14) Additional information
Havering are procuring a series of contracts which may work under a Strategic Alliance to deliver, reactive, cyclical and programmes work to Havering properties to support them in delivering their ambition of carbon neutrality by 2040. should the strategic Alliance be formed, there will be a need for the Provider to work both with and in a sub-contract arrangement for some of these other Providers
two.2) Description
two.2.1) Title
Asbestos Works
Lot No
2
two.2.2) Additional CPV code(s)
- 45262660 - Asbestos-removal work
- 90650000 - Asbestos removal services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
London Borough of Havering are seeking expressions of interest from suitably skilled and experienced suppliers to deliver Asbestos works and removals.
The services required by this contract include asbestos repair, encapsulation and removal.
All responsibility in relation to identification and management of asbestos shall be the Providers.
In addition, the Provider will be responsible for holding, maintaining and updating the asbestos register as set out in the Term Brief – Information and Communications Technology
The successful provider will enter into contract with London Borough of Havering utilising a TAC-1 for an initial term of ten years, with a maximum optional extension of five years.
London Borough of Havering are following the open procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 October 2025
End date
31 March 2040
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: Yes
Description of options
Optional contract extension of up to five years after initial term of 10 years to 31st March 2040
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.2.14) Additional information
Havering are procuring a series of contracts which may work under a Strategic Alliance to deliver, reactive, cyclical and programmes work to Havering properties to support them in delivering their ambition of carbon neutrality by 2040. should the strategic Alliance be formed, there will be a need for the Provider to work both with and in a sub-contract arrangement for some of these other Providers
two.2) Description
two.2.1) Title
Fire Risk Assessments
Lot No
3
two.2.2) Additional CPV code(s)
- 71315200 - Building consultancy services
- 71630000 - Technical inspection and testing services
- 75251110 - Fire-prevention services
- 79212000 - Auditing services
- 79417000 - Safety consultancy services
- 71313410 - Risk or hazard assessment for construction
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
London Borough of Havering are seeking expressions of interest from suitably skilled and experienced suppliers to deliver Fire Risk Assessments.
The services required by this contract include delivery of Fire Risk Assessments (FRAs) in Havering properties.
The successful provider will enter into contract with London Borough of Havering utilising a TAC-1 for an initial term of ten years, with a maximum optional extension of five years.
London Borough of Havering are following the open procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 October 2025
End date
31 March 2040
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: Yes
Description of options
Optional contract extension of up to five years after initial term of 10 years to 31st March 2040
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.2.14) Additional information
Havering are procuring a series of contracts which may work under a Strategic Alliance to deliver, reactive, cyclical and programmes work to Havering properties to support them in delivering their ambition of carbon neutrality by 2040. should the strategic Alliance be formed, there will be a need for the Provider to work both with and in a sub-contract arrangement for some of these other Providers
two.2) Description
two.2.1) Title
Fire Servicing, Maintenance and Minor Works
Lot No
4
two.2.2) Additional CPV code(s)
- 45312100 - Fire-alarm system installation work
- 31625000 - Burglar and fire alarms
- 31625100 - Fire-detection systems
- 31625200 - Fire-alarm systems
- 35111500 - Fire suppression system
- 50700000 - Repair and maintenance services of building installations
- 31518200 - Emergency lighting equipment
- 44115500 - Sprinkler systems
- 44165000 - Hoses, risers and sleeves
- 45343000 - Fire-prevention installation works
- 90731700 - Carbon dioxide monitoring services
- 38431200 - Smoke-detection apparatus
- 90731500 - Toxic gas detection services
- 42512510 - Dampers
- 50222100 - Repair and maintenance services of dampers
- 35111000 - Firefighting equipment
- 35111300 - Fire extinguishers
- 45343200 - Firefighting equipment installation work
- 45343210 - CO2 fire-extinguishing equipment installation work
- 45343220 - Fire-extinguishers installation work
- 50413200 - Repair and maintenance services of firefighting equipment
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
London Borough of Havering are seeking expressions of interest from suitably skilled and experienced suppliers to deliver Compliance works.
The services required by this contract includes but is not limited to:
a) Automatic Opening Vents
b) CO, heat and smoke alarms
c) Emergency lighting
d) Fire detection and alarms
e) Fire dampers
f) Fire Door Checks
g) Fire extinguishers and other firefighting equipment
h) Lightning protection systems
i) Risers
j) Sprinklers.
k) Minor adhoc remedials
The successful provider will enter into contract with London Borough of Havering utilising a TAC-1 for an initial term of ten years, with a maximum optional extension of five years.
London Borough of Havering are following the open procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 October 2025
End date
31 March 2040
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: Yes
Description of options
Optional contract extension of up to five years after initial term of 10 years to 31st March 2040
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.2.14) Additional information
Havering are procuring a series of contracts which may work under a Strategic Alliance to deliver, reactive, cyclical and programmes work to Havering properties to support them in delivering their ambition of carbon neutrality by 2040. should the strategic Alliance be formed, there will be a need for the Provider to work both with and in a sub-contract arrangement for some of these other Providers
two.2) Description
two.2.1) Title
Lift Servicing & Maintenance
Lot No
5
two.2.2) Additional CPV code(s)
- 42416000 - Lifts, skip hoists, hoists, escalators and moving walkways
- 42416100 - Lifts
- 45313000 - Lift and escalator installation work
- 45313100 - Lift installation work
- 50750000 - Lift-maintenance services
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
London Borough of Havering are seeking expressions of interest from suitably skilled and experienced suppliers to deliver Lift Servicing and Maintenance.
The services required by this contract includes, but is not limited to:
a) Routine maintenance, repair and adjustment of any part of the lift should it fail or be worn beyond adequate adjustment. Any replacements or repairs shall be of a standard equal to the original installation.
b) All technical and associated administrative actions that will maintain the lifts in a condition where they can perform their required function (materials included except where excluded as a variation)
c) Ensuring the safe and efficient operation of the lift/lifts, the Provider shall clean, lubricate, adjust, realign, replace consumable parts, carry out further investigations, detailed checks using special tools and basic fault finding.
d) All lift equipment located within the lift well, machine room and on landings etc.
e) All lighting (including emergency lighting function monthly test) associated with the lifts, lift well, machine room and lift car enclosure (including replacing lamps where required).
The successful provider will enter into contract with London Borough of Havering utilising a TAC-1 for an initial term of ten years, with a maximum optional extension of five years.
London Borough of Havering are following the open procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 October 2025
End date
31 March 2040
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: Yes
Description of options
Optional contract extension of up to five years after initial term of 10 years to 31st March 2040
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.2.14) Additional information
Havering are procuring a series of contracts which may work under a Strategic Alliance to deliver, reactive, cyclical and programmes work to Havering properties to support them in delivering their ambition of carbon neutrality by 2040. should the strategic Alliance be formed, there will be a need for the Provider to work both with and in a sub-contract arrangement for some of these other Providers
two.2) Description
two.2.1) Title
Water Hygiene
Lot No
6
two.2.2) Additional CPV code(s)
- 45232430 - Water-treatment work
- 71600000 - Technical testing, analysis and consultancy services
- 90733000 - Services related to water pollution
- 90711500 - Environmental monitoring other than for construction
- 31161400 - Primary water systems
- 44611500 - Water tanks
- 71317000 - Hazard protection and control consultancy services
- 71700000 - Monitoring and control services
- 71800000 - Consulting services for water-supply and waste consultancy
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
London Borough of Havering are seeking expressions of interest from suitably skilled and experienced suppliers to deliver Compliance works.
The services required by this contract include Legionella testing and remedial works.
The successful provider will enter into contract with London Borough of Havering utilising a TAC-1 for an initial term of ten years, with a maximum optional extension of five years.
London Borough of Havering are following the open procurement procedure in accordance with the Public Contracts Register 2015.
Full information can be found in the attached tender documentation
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 October 2025
End date
31 March 2040
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: Yes
Description of options
Optional contract extension of up to five years after initial term of 10 years to 31st March 2040
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.2.14) Additional information
Havering are procuring a series of contracts which may work under a Strategic Alliance to deliver, reactive, cyclical and programmes work to Havering properties to support them in delivering their ambition of carbon neutrality by 2040. should the strategic Alliance be formed, there will be a need for the Provider to work both with and in a sub-contract arrangement for some of these other Providers
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As outlined in each accompanying Term Brief
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in accompanying tender 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
Date
14 April 2025
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 April 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
London Borough of Havering reserve the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at it's sole discretion. London Borough of Havering shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with London Borough of Havering shall be incurred entirely at that applicant's/tenderer's risk.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will observe a 10-day stand still period following the aware of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended)
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom