Section one: Contracting authority
one.1) Name and addresses
London Borough of Hackney
Hackney Service Centre, 1 Hillman Street
Hackney
E8 1DY
Contact
Mr Aldhun Levitt
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
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
https://procontract.due-north.com/Advert/Index?advertId=e630e78d-4115-ec11-810e-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=e630e78d-4115-ec11-810e-005056b64545
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
Electrical Fire Safety: Large Blocks and Street Properties
Reference number
DN569379
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
This procurement contains Works and Services but predominantly Works. The procurement is set out in the form of the following two lots:
Lot 1: Electrical Fire Safety - Large Blocks. This is a five-year contract of up to £10m in total with the option to extend to 10 years.
Lot 2: Electrical Fire Safety - Street Properties. This is also a five-year contract of £2-8m in total with the option to extend to 10 years.
two.1.5) Estimated total value
Value excluding VAT: £18,000,000
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: 2
two.2) Description
two.2.1) Title
Lot 1: Electrical Fire Safety: Large Blocks
Lot No
1
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
two.2.4) Description of the procurement
Lot 1 will be a five-year contract of up to £10m in total with the option to extend to 10 years, to cover the following works and services:
• Installation and repair work necessary to ensure that the council’s purpose-built blocks have adequate provision of communal fire alarm systems, and automatic opening ventilation (AOV) systems, including associated builder’s work.
• Installation of communal and emergency lighting where such works are required of an urgent nature, which cannot be accommodated in planned programmes.
• Routine servicing and testing of such installations in accordance with relevant industry standards, and attending to any repairs arising.
• Attending repairs as a working hours repair service which may arise from call outs, servicing or building inspections, e.g. fire risk assessments.
This tender will be administered via an e-procurement system called ProContract. Suppliers must be registered on the system in order to access the documentation and complete a selection questionnaire. To register as a supplier on pro contract please visit the London's Tenders Portal at:https://www.londontenders.org/ click on the ‘Suppliers’ Area' link to the left. On the right hand side you will see a green ‘register’ icon, click on this and begin the supplier registration process. Please ensure when registering that you select all the appropriate categories which describe your business/service area as notifications of tender opportunities are directed via these categories.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
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: Electrical Fire Safety: Street Properties
Lot No
2
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
two.2.4) Description of the procurement
Lot 2 will be a five-year contract of £2-8m in total with the option to extend to 10 years, to cover the following works and services:
• Any installation and repair works necessary to ensure that the council’s sub-divided street properties have adequate provision of integrated fire alarms, emergency and communal lighting, and landlord’s communal electrical supplies, including associated builder’s work.
• Routine servicing and testing of such installations in accordance with relevant industry standards, and attending to any repairs arising.
• Attending repairs as a working hours repair service which may arise from call outs, servicing or building inspections, e.g. fire risk assessments.
This tender will be administered via an e-procurement system called ProContract. Suppliers must be registered on the system in order to access the documentation and complete a selection questionnaire. To register as a supplier on pro contract please visit the London's Tenders Portal at:https://www.londontenders.org/ click on the ‘Suppliers’ Area' link to the left. On the right hand side you will see a green ‘register’ icon, click on this and begin the supplier registration process. Please ensure when registering that you select all the appropriate categories which describe your business/service area as notifications of tender opportunities are directed via these categories.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £8,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 7
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
Restricted 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
11 October 2021
Local time
12:00pm
Changed to:
Date
21 October 2021
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 November 2021
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)
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
High Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom