Section one: Contracting authority
one.1) Name and addresses
London Borough of Havering
Town Hall, Main Road
Romford
RM1 3BB
Contact
Shelley Wood
Telephone
+44 7342933523
Country
United Kingdom
Region code
UKI - London
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/131121
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=87404&B=LUMENSOL
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=87404&B=LUMENSOL
Tenders or requests to participate must be submitted to the above-mentioned 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
London Borough of Havering - Electrical Works
Reference number
L123
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
LB Havering are seeking expressions of interest from suitable providers to deliver Electrical Works, the core works of which comprise; servicing, maintenance and ad-hoc replacements to electrical systems.
The contract will be for an initial term of c. nine years and five months to 31st March 2035 with an optional five year extension to 2040.
The estimated value for the full available term of contract is £70,000,000.
two.1.5) Estimated total value
Value excluding VAT: £70,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
- 50000000 - Repair and maintenance services
- 50700000 - Repair and maintenance services of building installations
two.2.3) Place of performance
NUTS codes
- UKI - London
Main site or place of performance
Romford
two.2.4) Description of the procurement
London Borough of Havering are seeking expressions of interest from suitably skilled and experienced suppliers to carry out Electrical Works, the core works of which comprise; servicing, maintenance and ad-hoc replacements to electrical systems.
During the Term, Havering may also include the servicing, maintenance and ad-hoc replacement for electrical systems in their corporate properties i.e. non-housing, and educational buildings. A current list of the corporate properties is included at Appendix 1 of the Core Requirements. A current list of the educational buildings is included at Appendix 2 of the Core Requirements.
As technologies, products, legislation and funding opportunities evolve, the Provider will be required to evolve the skills of its workforce, supply chain and installation methods in order to continuously provide and demonstrate best value. To enable this, the pricing mechanisms under the contract are designed to provide a method for the derivation of new prices and continuous demonstration of best value as a result of any changes to the specification. The contract will also include a mechanism for the parties to agree variations to the specification to reflect new and emerging technology, products, legislation and funding opportunities. The long term continuation of the contract, for example through contract extension, is intended to be predicated on the Provider's success in meeting all of these requirements.
The Provider will be required to provide a contact centre solution for both in and out of core hours.
The successful Provider will enter into a TAC-1 Term Alliance Contract (with break clauses) for an initial term of 9 years 5 months with a possible extension to 31st March 2040.
Havering are following a Restricted procurement procedure in accordance with the Public Contracts Regulations 2015.
Following completion of the Selection Questionnaire and associated appendices, prospective Bidders will be shortlisted with six Bidders anticipated being invited to Tender.
Full information can be found in the attached Tender documentation.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £70,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
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: Yes
Description of options
Potential for 5 year contract extension term.
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
Havering are procuring a series of contracts which may work under a Strategic Alliance to deliver reactive, cyclical & programmed work to Havering properties to support them in delivering their ambition of carbon neutrality by 2040. Should the Strategic Alliance be formed, there will be a need for the provider to work both with and in a sub-contract arrangement for some of these other Providers.
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
This list is not intended to be exhaustive and it is the Provider’s responsibility to ensure that its Workforce has the relevant training to complete their role:
a) Gas Safe Registration
b) Microgeneration Certification Scheme certification or equivalent competence (MCS)
c) National Inspection Council for Electrical Installation Contracting (NICEIC)
d) Electrical Contractors Association (ECA)
e) British Approvals for Fire Equipment, BAFE, Applicable Scheme Accreditation
f) Safe use of ladders and stepladders
g) Health and safety
h) FIRAS/ BMTrada/ QMARK
i) Asbestos Awareness
j) Confined Space
k) Fire Risk and Evacuations Procedures
l) International Powered Access Federation (IPAF) Qualification
m) Prefabricated Aluminium Scaffolding Manufacturer's Association (PASMA) Qualification
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the accompanying Tender 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
11 December 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
6 January 2025
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: 9 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Havering reserve the right not to award any contract pursuant to this procurement exercise and/or to abandon this procurement exercise at any time and/or to award a contract for part of the services at it's sole discretion. Havering shall have no liability whatsoever to any applicant or tenderer as a result of its exercise of that discretion. For the avoidance of doubt, all costs incurred by any applicant and/or tenderer before signature of any contract with Havering shall be incurred entirely at that applicant's/tenderer's risk
Havering anticipates that the Transfer of Undertakings (Protection of Employment) Regulations 2006 does not apply to this Contract.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Havering will observe a 10-day stand still period following the aware of the contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom