Contract

Communal Electrical Supply

  • London Borough of Hackney

F03: Contract award notice

Notice identifier: 2022/S 000-029658

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

Published 20 October 2022, 4:38pm



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

Region code

UKI41 - Hackney and Newham

Internet address(es)

Main address

http://www.hackney.gov.uk

Buyer's address

http://www.hackney.gov.uk

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