Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

London Borough of Havering - Compliance Works & Services

  • First published: 26 March 2025
  • Last modified: 26 March 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e750
Published by:
London Borough of Havering
Authority ID:
AA22068
Publication date:
26 March 2025
Deadline date:
14 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

E-mail: Shelley.wood@lumensol.co.uk

NUTS: UKI

Internet address(es)

Main address: https://www.havering.gov.uk/

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/131121

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 sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90817&B=LUMENSOL


Tenders or requests to participate must be sent 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

 

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: 80 000 000.00  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

Lot No: 1

II.2.1) Title

Asbestos Surveys

II.2.2) Additional CPV code(s)

71317000

71700000

79212000

71600000

II.2.3) Place of performance

NUTS code:

UKI

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: 22 000 000.00  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.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 2

II.2.1) Title

Asbestos Works

II.2.2) Additional CPV code(s)

45262660

90650000

II.2.3) Place of performance

NUTS code:

UKI

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: 10 000 000.00  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.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 3

II.2.1) Title

Fire Risk Assessments

II.2.2) Additional CPV code(s)

71315200

71630000

75251110

79212000

79417000

71313410

II.2.3) Place of performance

NUTS code:

UKI

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: 8 000 000.00  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.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 4

II.2.1) Title

Fire Servicing, Maintenance and Minor Works

II.2.2) Additional CPV code(s)

45312100

31625000

31625100

31625200

35111500

50700000

31518200

44115500

44165000

45343000

90731700

38431200

90731500

42512510

50222100

35111000

35111300

45343200

45343210

45343220

50413200

II.2.3) Place of performance

NUTS code:

UKI

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: 30 000 000.00  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.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 5

II.2.1) Title

Lift Servicing & Maintenance

II.2.2) Additional CPV code(s)

42416000

42416100

45313000

45313100

50750000

II.2.3) Place of performance

NUTS code:

UKI

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: 5 000 000.00  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.2.9) Information about the limits on the number of candidates to be invited

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

Lot No: 6

II.2.1) Title

Water Hygiene

II.2.2) Additional CPV code(s)

45232430

71600000

90733000

90711500

31161400

44611500

71317000

71700000

71800000

II.2.3) Place of performance

NUTS code:

UKI

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: 5 000 000.00  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.2.9) Information about the limits on the number of candidates to be invited

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 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

EN

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

VI.5) Date of dispatch of this notice

21/02/2025

Coding

Commodity categories

ID Title Parent category
90650000 Asbestos removal services Cleaning and sanitation services in urban or rural areas, and related services
45262660 Asbestos-removal work Special trade construction works other than roof works
79212000 Auditing services Accounting and auditing services
71315200 Building consultancy services Building services
31625000 Burglar and fire alarms Sound or visual signalling apparatus
90731700 Carbon dioxide monitoring services Services related to air pollution
45343210 CO2 fire-extinguishing equipment installation work Fire-prevention installation works
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
42512510 Dampers Air-conditioning installations
31518200 Emergency lighting equipment Signalling lights
90711500 Environmental monitoring other than for construction Environmental impact assessment other than for construction
35111300 Fire extinguishers Firefighting equipment
35111500 Fire suppression system Firefighting equipment
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
45343220 Fire-extinguishers installation work Fire-prevention installation works
35111000 Firefighting equipment Firefighting, rescue and safety equipment
45343200 Firefighting equipment installation work Fire-prevention installation works
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
75251110 Fire-prevention services Fire-brigade services
71317000 Hazard protection and control consultancy services Consultative engineering and construction services
44165000 Hoses, risers and sleeves Pipeline, piping, pipes, casing, tubing and related items
45313000 Lift and escalator installation work Electrical installation work
45313100 Lift installation work Lift and escalator installation work
50750000 Lift-maintenance services Repair and maintenance services of building installations
42416100 Lifts Lifts, skip hoists, hoists, escalators and moving walkways
42416000 Lifts, skip hoists, hoists, escalators and moving walkways Lifting and handling equipment
71700000 Monitoring and control services Architectural, construction, engineering and inspection services
31161400 Primary water systems Parts for electrical motors and generators
50700000 Repair and maintenance services of building installations Repair and maintenance services
50222100 Repair and maintenance services of dampers Repair and maintenance services of rolling stock
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
71313410 Risk or hazard assessment for construction Environmental engineering consultancy services
79417000 Safety consultancy services Business and management consultancy services
90733000 Services related to water pollution Pollution tracking and monitoring and rehabilitation
38431200 Smoke-detection apparatus Detection apparatus
44115500 Sprinkler systems Building fittings
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services
90731500 Toxic gas detection services Services related to air pollution
44611500 Water tanks Tanks
45232430 Water-treatment work Ancillary works for pipelines and cables

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Shelley.wood@lumensol.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.