Tender

Electrical Fire Safety: Large Blocks and Street Properties

  • London Borough of Hackney

F02: Contract notice

Notice identifier: 2021/S 000-023375

Procurement identifier (OCID): ocds-h6vhtk-02e2c2

Published 20 September 2021, 5:53pm



The closing date and time has been changed to:

21 October 2021, 12:00pm

See the change notice.

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

Email

Aldhun.Levitt@hackney.gov.uk

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

http://www.hackney.gov.uk

Buyer's address

http://www.hackney.gov.uk

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