Contract notice

Information

Published

Expire date: 12/05/2025

External Reference: 2025-579802

FTS Reference: 2025-006985

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=90817&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

Housing and community amenities

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

London Borough of Havering - Compliance Works & Services
Reference number:  L124
II.1.2)

Main CPV code

71630000  -  Technical inspection and testing services
II.1.3)

Type of contract

Services
II.1.4)

Short description

London Borough of Havering is looking to procure suitable providers to deliver Compliance Works and Services across six Lots:
a) Lot 1 – Asbestos Surveys
b) Lot 2 – Asbestos Works
c) Lot 3 – Fire Risk Assessments
d) Lot 4 – Fire Servicing, Maintenance and Minor Works
e) Lot 5 – Lift Servicing & Maintenance
f) Lot 6 – Water Hygiene
The contract will be for an initial term of ten years with optional extensions of a maximum further five years to 31st March 2040
II.1.5)

Estimated total value

Value excluding VAT: 80000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
The same supplier cannot win both:
a) Lot 1 and Lot 2
b) Lot 3 and Lot 4
Should a supplier bid for, and be successful, in both Lots 1 & 2 or Lots 3 & 4 they will be awarded the Lot in which they scored highest and the remaining Lots will be awarded to the second placed bidder for that Lot.
II.2)

Description

II.2.1)

Title

Asbestos Surveys
Lot No:  1
II.2.2)

Additional CPV code(s)

71317000  -  Hazard protection and control consultancy services
71700000  -  Monitoring and control services
79212000  -  Auditing services
71600000  -  Technical testing, analysis and consultancy services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
II.2.4)

Description of the procurement

London Borough of Havering are seeking expressions of interest from suitably skilled and experienced suppliers to deliver Asbestos Surveys.
Within scope of this Contract is delivery of asbestos management surveys, bulk sampling and analysis and re-inspection.
All responsibility in relation to identification and management of asbestos shall be the Providers.
In addition, the Provider will be responsible for holding, maintaining and updating the asbestos register as set out in the Term Brief – Information and Communications Technology.
The successful provider will enter into contract with London Borough of Havering utilising a TAC-1 for an initial term of ten years, with a maximum optional extension of five years.
London Borough of Havering are following the open procurement procedure in accordance with the Public Contracts Register 2015.
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: 22000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 20/10/2025  /  End: 31/03/2040
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:
Optional contract extension of up to five years after initial term of 10 years to 31st March 2040
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 and programmes 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
II.2)

Description

II.2.1)

Title

Asbestos Works
Lot No:  2
II.2.2)

Additional CPV code(s)

45262660  -  Asbestos-removal work
90650000  -  Asbestos removal services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
II.2.4)

Description of the procurement

London Borough of Havering are seeking expressions of interest from suitably skilled and experienced suppliers to deliver Asbestos works and removals.
The services required by this contract include asbestos repair, encapsulation and removal.
All responsibility in relation to identification and management of asbestos shall be the Providers.
In addition, the Provider will be responsible for holding, maintaining and updating the asbestos register as set out in the Term Brief – Information and Communications Technology
The successful provider will enter into contract with London Borough of Havering utilising a TAC-1 for an initial term of ten years, with a maximum optional extension of five years.
London Borough of Havering are following the open procurement procedure in accordance with the Public Contracts Register 2015.
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: 10000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 20/10/2025  /  End: 31/03/2040
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:
Optional contract extension of up to five years after initial term of 10 years to 31st March 2040
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 and programmes 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
II.2)

Description

II.2.1)

Title

Fire Risk Assessments
Lot No:  3
II.2.2)

Additional CPV code(s)

71315200  -  Building consultancy services
71630000  -  Technical inspection and testing services
75251110  -  Fire-prevention services
79212000  -  Auditing services
79417000  -  Safety consultancy services
71313410  -  Risk or hazard assessment for construction
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
II.2.4)

Description of the procurement

London Borough of Havering are seeking expressions of interest from suitably skilled and experienced suppliers to deliver Fire Risk Assessments.
The services required by this contract include delivery of Fire Risk Assessments (FRAs) in Havering properties.
The successful provider will enter into contract with London Borough of Havering utilising a TAC-1 for an initial term of ten years, with a maximum optional extension of five years.
London Borough of Havering are following the open procurement procedure in accordance with the Public Contracts Register 2015.
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: 8000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 20/10/2025  /  End: 31/03/2040
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:
Optional contract extension of up to five years after initial term of 10 years to 31st March 2040
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 and programmes 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
II.2)

Description

II.2.1)

Title

Fire Servicing, Maintenance and Minor Works
Lot No:  4
II.2.2)

Additional CPV code(s)

45312100  -  Fire-alarm system installation work
31625000  -  Burglar and fire alarms
31625100  -  Fire-detection systems
31625200  -  Fire-alarm systems
35111500  -  Fire suppression system
50700000  -  Repair and maintenance services of building installations
31518200  -  Emergency lighting equipment
44115500  -  Sprinkler systems
44165000  -  Hoses, risers and sleeves
45343000  -  Fire-prevention installation works
90731700  -  Carbon dioxide monitoring services
38431200  -  Smoke-detection apparatus
90731500  -  Toxic gas detection services
42512510  -  Dampers
50222100  -  Repair and maintenance services of dampers
35111000  -  Firefighting equipment
35111300  -  Fire extinguishers
45343200  -  Firefighting equipment installation work
45343210  -  CO2 fire-extinguishing equipment installation work
45343220  -  Fire-extinguishers installation work
50413200  -  Repair and maintenance services of firefighting equipment
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
II.2.4)

Description of the procurement

London Borough of Havering are seeking expressions of interest from suitably skilled and experienced suppliers to deliver Compliance works.
The services required by this contract includes but is not limited to:
a) Automatic Opening Vents
b) CO, heat and smoke alarms
c) Emergency lighting
d) Fire detection and alarms
e) Fire dampers
f) Fire Door Checks
g) Fire extinguishers and other firefighting equipment
h) Lightning protection systems
i) Risers
j) Sprinklers.
k) Minor adhoc remedials
The successful provider will enter into contract with London Borough of Havering utilising a TAC-1 for an initial term of ten years, with a maximum optional extension of five years.
London Borough of Havering are following the open procurement procedure in accordance with the Public Contracts Register 2015.
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: 30000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 20/10/2025  /  End: 31/03/2040
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:
Optional contract extension of up to five years after initial term of 10 years to 31st March 2040
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 and programmes 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
II.2)

Description

II.2.1)

Title

Lift Servicing & Maintenance
Lot No:  5
II.2.2)

Additional CPV code(s)

42416000  -  Lifts, skip hoists, hoists, escalators and moving walkways
42416100  -  Lifts
45313000  -  Lift and escalator installation work
45313100  -  Lift installation work
50750000  -  Lift-maintenance services
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
II.2.4)

Description of the procurement

London Borough of Havering are seeking expressions of interest from suitably skilled and experienced suppliers to deliver Lift Servicing and Maintenance.
The services required by this contract includes, but is not limited to:
a) Routine maintenance, repair and adjustment of any part of the lift should it fail or be worn beyond adequate adjustment. Any replacements or repairs shall be of a standard equal to the original installation.
b) All technical and associated administrative actions that will maintain the lifts in a condition where they can perform their required function (materials included except where excluded as a variation)
c) Ensuring the safe and efficient operation of the lift/lifts, the Provider shall clean, lubricate, adjust, realign, replace consumable parts, carry out further investigations, detailed checks using special tools and basic fault finding.
d) All lift equipment located within the lift well, machine room and on landings etc.
e) All lighting (including emergency lighting function monthly test) associated with the lifts, lift well, machine room and lift car enclosure (including replacing lamps where required).
The successful provider will enter into contract with London Borough of Havering utilising a TAC-1 for an initial term of ten years, with a maximum optional extension of five years.
London Borough of Havering are following the open procurement procedure in accordance with the Public Contracts Register 2015.
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: 5000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 20/10/2025  /  End: 31/03/2040
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:
Optional contract extension of up to five years after initial term of 10 years to 31st March 2040
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 and programmes 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
II.2)

Description

II.2.1)

Title

Water Hygiene
Lot No:  6
II.2.2)

Additional CPV code(s)

45232430  -  Water-treatment work
71600000  -  Technical testing, analysis and consultancy services
90733000  -  Services related to water pollution
90711500  -  Environmental monitoring other than for construction
31161400  -  Primary water systems
44611500  -  Water tanks
71317000  -  Hazard protection and control consultancy services
71700000  -  Monitoring and control services
71800000  -  Consulting services for water-supply and waste consultancy
II.2.3)

Place of performance

NUTS code:  UKI -  LONDON
II.2.4)

Description of the procurement

London Borough of Havering are seeking expressions of interest from suitably skilled and experienced suppliers to deliver Compliance works.
The services required by this contract include Legionella testing and remedial works.
The successful provider will enter into contract with London Borough of Havering utilising a TAC-1 for an initial term of ten years, with a maximum optional extension of five years.
London Borough of Havering are following the open procurement procedure in accordance with the Public Contracts Register 2015.
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: 5000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Start: 20/10/2025  /  End: 31/03/2040
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:
Optional contract extension of up to five years after initial term of 10 years to 31st March 2040
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 and programmes 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:  As outlined in each accompanying Term Brief
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 accompanying tender documents

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open 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:  14/04/2025
Local time:  12:00
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 : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  14/04/2025
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

London Borough of 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. London Borough of 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 London Borough of Havering shall be incurred entirely at that applicant's/tenderer's risk.
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: 
The Contracting Authority 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