Tender

Communal Electrical Supplies

  • London Borough of Hackney

F02: Contract notice

Notice identifier: 2021/S 000-029446

Procurement identifier (OCID): ocds-h6vhtk-02fa75

Published 26 November 2021, 12:27pm



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

Telephone

+44 2083563000

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/Login

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/Login

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

Communal Electrical Supplies

Reference number

DN574031

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Replacement, upgrade and testing of communal electrical supplies installations in purpose built council blocks.

two.1.5) Estimated total value

Value excluding VAT: £50,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham

two.2.4) Description of the procurement

Any replacement and upgrade works to the council’s communal electrical supply systems necessary to ensure that they are safe to use, reliable and in compliance with the relevant regulations and legislation.

Routine testing of such installations in accordance with relevant industry standards, and attending to any repairs arising.

Spend on this contract is difficult to predict accurately but it is thought likely to be between £20m and £30m. The contract value at II.1.5 above should be read as an unlikely but possible contingency.

The current supplier has indicated that there might be a TUPE implication in relation to the Procurement. More detail will be provided at ITT stage.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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.2.10) 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.2.14) Additional information

Spend on this contract is difficult to predict accurately but it is thought likely to be between £20m and £30m. The contract value at II.1.5 above should be read as an unlikely but possible contingency.


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

The Authority requires the Bidder to hold the following accreditations:

• (NICEIC) National Inspection Council for Electrical Installation Contracting

Applicants who hold this accreditation will need to upload a copy of the relevant certificate or should provide a registration number.

Applicants who do not hold the NICEIC accreditation should provide evidence to the Authority that their organisation holds an accreditation which is at least equivalent to NICEIC.

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

Date

5 January 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

21 February 2022

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

The High Court

Strand

London

WC2A 2LL

Email

administrativecourtoffice.generaloffice@hmcts.x.gsi.gov.uk

Telephone

+44 2079476000

Country

United Kingdom