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
Telephone
+44 2083563000
Country
United Kingdom
Region code
UKI41 - Hackney and Newham
Internet address(es)
Main address
Buyer's address
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
Communal Electrical Supply
Reference number
DN574031
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
To renew, upgrade or extend lateral mains to 250 blocks already identified out of a stock of 2,899 blocks. To test and inspect landlord's supplies as directed.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £1 / Highest offer: £30,000,000 taken into consideration
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
two.2.4) Description of the procurement
Communal Electrical Supplies
Scope of Works:
▪ The term ‘renew’ refers to the complete replacement of the existing system, due to condition or age. The work will include all new risers, laterals, landlord’s board and new wiring to feed communal electrical systems. It will also require coordination with UKPN on new meters and service heads as required.
▪ The term ‘upgrade’ refers to when existing installations are improved upon to meet the required standards and current regulations.
▪ The term ‘extend’ refers to where the communal wiring system needs to be extended to other areas of the building.
▪ The installation of the communal electrical supply is split into 3 parts of which all or any combination, may need to be renewed or upgraded.
- Intake Cupboard and associated electrical equipment
- Lateral Mains (including lift supplies)
- Risers
▪ The work will also include the replacing of switchgear, sub-mains cables, electrical equipment associated with the block’s landlord’s services as well as the emergency lighting within the intake cupboard.
▪ Where possible existing service runs are to be reused. Under certain circumstances, (e.g., where the existing riser has inadequate capacity, is not accessible or where asbestos removal is prohibitive), a new riser location will be necessary, and the works will then also involve the construction of the new riser cupboard.
▪ Works will include all necessary testing and certification, coordination with UKPN, and all
necessary fire stopping and associated builder’s works.
▪ Redundant cable is to be removed as far as reasonably practicable.
▪ The contractor may be required to facilitate smart meter fitting by others while the power is off.
Testing and Inspection of Landlord’s Supplies:
- On a 5-yearly basis the landlord’s supplies are to be tested and inspected in accordance with BS7671 and issued with a NICEIC EICR Certificate.
- Code 1 faults identified are to be actioned immediately. Where not possible, the system is to be shut down, made safe, and temporary supplies installed pending a full repair.
- Code 2 or 3 faults identified are to be brought to the attention of the client for instruction.
- The client will issue an annual list of those properties requiring the 5-yearly test and inspections. The detailed programming is to be organized by the Provider, including coordination with District Network Operator (i.e., UKPN) and Electrical Supplier (e.g., EDF)
- Residents should be notified generally about planned programmes when these are initiated. Within 5-10 days of the planned testing at a particular block, residents should get a further
detailed notice of the planned testing. This letter can be issued in collaboration with Hackney Council. It should clearly outline the impacts on residents and requirements of them.
- Orders for the above servicing regimes, and arising works required will be raised over the council’s Repairs IT system. This system will also be used for valuations and payments. All certificates are returned to the council via its dedicated compliance database. Training and access to these systems will be arranged on appointment.
- On completion of the works the LBH clerk of works will carry out a 10% inspection.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
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 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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-029446
Section five. Award of contract
Contract No
1
Title
Communal Electrical Supply
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 October 2022
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
RGE Services Limited
The Nurseries, Gravel Lane
Chigwell
IG7 6BZ
Country
United Kingdom
NUTS code
- UKI41 - Hackney and Newham
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £1 / Highest offer: £30,000,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court
London
Country
United Kingdom