Contract notice

Information

Published

Expire date: 11/12/2024

External Reference: 2024-552357

FTS Reference: 2024-035973

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

London Borough of Havering
Town Hall, Main Road
Romford
RM1 3BB
UK
Contact person: Shelley Wood
Telephone: +44 7342933523
NUTS code:  UKI -  LONDON
Internet address(es):
I.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 abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Regional or local authority
I.5)

Main activity

General public services

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

London Borough of Havering - Electrical Works
Reference number:  L123
II.1.2)

Main CPV code

45210000  -  Building construction work
II.1.3)

Type of contract

Works
II.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.
II.1.5)

Estimated total value

Value excluding VAT: 70000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

45000000  -  Construction work
50000000  -  Repair and maintenance services
50700000  -  Repair and maintenance services of building installations
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
Main site or place of performance:  
Romford
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 70000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 180
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
Potential for 5 year contract extension term.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.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 III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.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
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

As detailed in the accompanying Tender documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  11/12/2024
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 06/01/2025
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.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 VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.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.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.4.2)

Body responsible for mediation procedures

High Court of England and Wales
The Strand
London
WC2A 2LL
UK

VI.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).
VI.4.4)

Service from which information about the review procedure may be obtained

Cabinet Office
70 Whitehall
London
SW1A 2AS
UK