Tender

Minor, Mechanical & Electrical Works Framework

  • Harrow Council

F02: Contract notice

Notice identifier: 2022/S 000-020527

Procurement identifier (OCID): ocds-h6vhtk-0356a8

Published 27 July 2022, 4:40pm



The closing date and time has been changed to:

2 September 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Harrow Council

Civic Centre

Harrow

HA1 2XY

Contact

Ms Carol Barlow

Email

carol.barlow@harrow.gov.uk

Telephone

+44 7825414363

Country

United Kingdom

Region code

UKI7 - Outer London – West and North West

Internet address(es)

Main address

http://www.harrow.gov.uk

Buyer's address

http://www.harrow.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

http://www.londontenders.org

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.londontenders.org

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

Minor, Mechanical & Electrical Works Framework

Reference number

DN623682

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The London Borough of Harrow (the Authority) is seeking to procure a Framework agreement for the provision of minor building works, mechanical works and electrical works covering approximately 200 buildings across its estate. The framework will be in 3 lots: Lot 1 - Minor Works Lot 2 - Mechanical Works Lot 3 - Electrical Works

The Authority is responsible for circa 200 buildings across the Harrow Council estate including:

Corporate and office accommodation

Schools

Aged care

Car Parks

Park and Gardens Infrastructure

Residential

Libraries

The framework will be for a period of 4 years.

The Authority is seeking to appoint up to 6 contractors to each lot.

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 - Minor Works

Lot No

1

two.2.2) Additional CPV code(s)

  • 45300000 - Building installation work

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West

two.2.4) Description of the procurement

Lot 1 – Minor Works

This lot comprises:

1) Provision of minor building works to support a range of refurbishment projects that the Authority is undertaking. This will include projects where the Authority is changing the use of a building or where disused buildings are being brought back into use.

2) Provision of emergency building works on a backup and contingency basis.

3) A variety of building and associated works including but not limited to:

Building refurbishment works including fabric improvements

Provision of building insulation solutions including external walls, internal walls (including dry wall lining), cavity wall (filled), floor insulation, loft, roof and draught proofing

General repairs

General redecoration including plastering and painting

Roofing works

Window replacement including replacement of single glazed doors and windows with double or triple glazing (to include high performing class A products) and secondary glazing Wall and floor tiling Disabled access works

Carpentry and masonry

Minor mechanical, electrical and plumbing works such as re-wiring, relocation of small services, installation of new LED lighting, lighting controls, energy efficiency measures etc.

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 - Mechanical Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 45350000 - Mechanical installations

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West

two.2.4) Description of the procurement

Lot 2 – Mechanical Works

This lot comprises:

1) Provision of mechanical works to support a range of refurbishment projects that the Authority is undertaking. This will include projects where the Authority is changing the use of a building or where disused buildings are being brought back into use.

2) Supporting the Authority’s carbon reduction initiatives including the retrofitting of heating and energy systems and controls across its estate, in accordance with the Authority’s declared aim to work towards carbon neutrality by 2030.

3) Undertaking mechanical works identified during periodic testing and inspection that form part of the Authority’s Planned Preventative Maintenance Contracts.

4) Provision of elements of mechanical advice including commenting on various space planning projects including identifying building constraints in relation to mechanical matters.

5) Provision of emergency mechanical works on a backup and contingency basis.

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 - Electrical Works

Lot No

3

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West

two.2.4) Description of the procurement

Lot 3 – Electrical Works

This lot comprises:

1) Provision of electrical works to support a range of refurbishment projects that the Authority is undertaking. This will include projects where the Authority is changing the use of a building or where disused buildings are being brought back into use.

2) Supporting the Authority’s carbon reduction initiatives including the retrofitting of lighting systems and controls across its estate, in accordance with the Authority’s declared aim to work towards carbon neutrality by 2030.

3) Undertaking electrical works identified during periodic testing and inspection that form part of the Authority’s Planned Preventative Maintenance Contracts

4) Provision of elements of electrical advice including commenting on various space planning projects including identifying building constraints in relation to electrical matters and supporting electrical design requirements.

5) Provision of emergency electrical works on a backup and contingency basis

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

26 August 2022

Local time

12:00pm

Changed to:

Date

2 September 2022

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

26 August 2022

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