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
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