Tender

London Borough of Havering - Compliance Works & Services

LONDON BOROUGH OF HAVERING

This public procurement record has 2 releases in its history.

TenderUpdate

07 Apr 2025 at 10:10

Tender

21 Feb 2025 at 16:16

Summary of the contracting process

The London Borough of Havering is seeking providers for Compliance Works and Services across six distinct lots, including asbestos surveys, fire risk assessments, and lift servicing and maintenance. This tender is focused on the category of technical inspection and testing services within the services industry and is located in the Romford area of the UK. The procurement is currently at the tender stage, with suppliers invited to submit their tenders by 12th May 2025. The initial contract term is ten years, with potential extensions up to a maximum of five additional years, concluding on 31st March 2040.

This tender offers significant opportunities for businesses specialising in asbestos management, fire safety, or lift maintenance, among other compliance services, to grow their operations by securing long-term contracts with a regional authority. The procurement method follows an open procedure, promoting fair competition. Businesses with expertise in these areas can benefit from the substantial contract values and the potential for an extended term, facilitating steady, reliable business growth over the contract period. Given the council’s aim to achieve carbon neutrality by 2040, firms with experience in sustainable practices and technologies may have a competitive advantage.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

London Borough of Havering - Compliance Works & Services

Notice 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

Lot Information

Asbestos Surveys

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. 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

Options: Optional contract extension of up to five years after initial term of 10 years to 31st March 2040

Asbestos Works

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. 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

Options: Optional contract extension of up to five years after initial term of 10 years to 31st March 2040

Fire Risk Assessments

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. 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

Options: Optional contract extension of up to five years after initial term of 10 years to 31st March 2040

Fire Servicing, Maintenance and Minor Works

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 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

Options: Optional contract extension of up to five years after initial term of 10 years to 31st March 2040

Lift Servicing & Maintenance

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. 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

Options: Optional contract extension of up to five years after initial term of 10 years to 31st March 2040

Water Hygiene

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 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

Options: Optional contract extension of up to five years after initial term of 10 years to 31st March 2040

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04e750
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013324-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

35 - Security, fire-fighting, police and defence equipment

38 - Laboratory, optical and precision equipments (excl. glasses)

42 - Industrial machinery

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services

75 - Administration, defence and social security services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

31161400 - Primary water systems

31518200 - Emergency lighting equipment

31625000 - Burglar and fire alarms

31625100 - Fire-detection systems

31625200 - Fire-alarm systems

35111000 - Firefighting equipment

35111300 - Fire extinguishers

35111500 - Fire suppression system

38431200 - Smoke-detection apparatus

42416000 - Lifts, skip hoists, hoists, escalators and moving walkways

42416100 - Lifts

42512510 - Dampers

44115500 - Sprinkler systems

44165000 - Hoses, risers and sleeves

44611500 - Water tanks

45232430 - Water-treatment work

45262660 - Asbestos-removal work

45312100 - Fire-alarm system installation work

45313000 - Lift and escalator installation work

45313100 - Lift installation work

45343000 - Fire-prevention installation works

45343200 - Firefighting equipment installation work

45343210 - CO2 fire-extinguishing equipment installation work

45343220 - Fire-extinguishers installation work

50222100 - Repair and maintenance services of dampers

50413200 - Repair and maintenance services of firefighting equipment

50700000 - Repair and maintenance services of building installations

50750000 - Lift-maintenance services

71313410 - Risk or hazard assessment for construction

71315200 - Building consultancy services

71317000 - Hazard protection and control consultancy services

71600000 - Technical testing, analysis and consultancy services

71630000 - Technical inspection and testing services

71700000 - Monitoring and control services

71800000 - Consulting services for water-supply and waste consultancy

75251110 - Fire-prevention services

79212000 - Auditing services

79417000 - Safety consultancy services

90650000 - Asbestos removal services

90711500 - Environmental monitoring other than for construction

90731500 - Toxic gas detection services

90731700 - Carbon dioxide monitoring services

90733000 - Services related to water pollution

Notice Value(s)

Tender Value
£80,000,000 £10M-£100M
Lots Value
£80,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Apr 202510 months ago
Submission Deadline
14 Apr 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
19 Oct 2025 - 31 Mar 2040 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LONDON BOROUGH OF HAVERING
Contact Name
Shelley Wood
Contact Email
shelley.wood@lumensol.co.uk
Contact Phone
+44 7342933523

Buyer Location

Locality
ROMFORD
Postcode
RM1 3BB
Post Town
Romford
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI5 Outer London - East and North East
Small Region (ITL 3)
TLI52 Barking & Dagenham and Havering
Delivery Location
TLI London

Local Authority
Havering
Electoral Ward
St Edward's
Westminster Constituency
Romford

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04e750-2025-04-07T11:10:29+01:00",
    "date": "2025-04-07T11:10:29+01:00",
    "ocid": "ocds-h6vhtk-04e750",
    "description": "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.",
    "initiationType": "tender",
    "tender": {
        "id": "L124",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "London Borough of Havering - Compliance Works & Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71630000",
            "description": "Technical inspection and testing services"
        },
        "mainProcurementCategory": "services",
        "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",
        "value": {
            "amount": 80000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 4,
            "awardCriteriaDetails": "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."
        },
        "lots": [
            {
                "id": "1",
                "title": "Asbestos Surveys",
                "description": "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. 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",
                "value": {
                    "amount": 22000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2025-10-20T00:00:00+01:00",
                    "endDate": "2040-03-31T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Optional contract extension of up to five years after initial term of 10 years to 31st March 2040"
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Asbestos Works",
                "description": "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. 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",
                "value": {
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2025-10-20T00:00:00+01:00",
                    "endDate": "2040-03-31T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Optional contract extension of up to five years after initial term of 10 years to 31st March 2040"
                },
                "status": "active"
            },
            {
                "id": "3",
                "title": "Fire Risk Assessments",
                "description": "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. 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",
                "value": {
                    "amount": 8000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2025-10-20T00:00:00+01:00",
                    "endDate": "2040-03-31T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Optional contract extension of up to five years after initial term of 10 years to 31st March 2040"
                },
                "status": "active"
            },
            {
                "id": "4",
                "title": "Fire Servicing, Maintenance and Minor Works",
                "description": "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 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",
                "value": {
                    "amount": 30000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2025-10-20T00:00:00+01:00",
                    "endDate": "2040-03-31T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Optional contract extension of up to five years after initial term of 10 years to 31st March 2040"
                },
                "status": "active"
            },
            {
                "id": "5",
                "title": "Lift Servicing & Maintenance",
                "description": "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. 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",
                "value": {
                    "amount": 5000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2025-10-20T00:00:00+01:00",
                    "endDate": "2040-03-31T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Optional contract extension of up to five years after initial term of 10 years to 31st March 2040"
                },
                "status": "active"
            },
            {
                "id": "6",
                "title": "Water Hygiene",
                "description": "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 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",
                "value": {
                    "amount": 5000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2025-10-20T00:00:00+01:00",
                    "endDate": "2040-03-31T23:59:59Z"
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Optional contract extension of up to five years after initial term of 10 years to 31st March 2040"
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71317000",
                        "description": "Hazard protection and control consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212000",
                        "description": "Auditing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45262660",
                        "description": "Asbestos-removal work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90650000",
                        "description": "Asbestos removal services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71315200",
                        "description": "Building consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71630000",
                        "description": "Technical inspection and testing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "75251110",
                        "description": "Fire-prevention services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79212000",
                        "description": "Auditing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79417000",
                        "description": "Safety consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71313410",
                        "description": "Risk or hazard assessment for construction"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45312100",
                        "description": "Fire-alarm system installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625000",
                        "description": "Burglar and fire alarms"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625100",
                        "description": "Fire-detection systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625200",
                        "description": "Fire-alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111500",
                        "description": "Fire suppression system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31518200",
                        "description": "Emergency lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44115500",
                        "description": "Sprinkler systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44165000",
                        "description": "Hoses, risers and sleeves"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343000",
                        "description": "Fire-prevention installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90731700",
                        "description": "Carbon dioxide monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "38431200",
                        "description": "Smoke-detection apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90731500",
                        "description": "Toxic gas detection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42512510",
                        "description": "Dampers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50222100",
                        "description": "Repair and maintenance services of dampers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111000",
                        "description": "Firefighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35111300",
                        "description": "Fire extinguishers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343200",
                        "description": "Firefighting equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343210",
                        "description": "CO2 fire-extinguishing equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343220",
                        "description": "Fire-extinguishers installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50413200",
                        "description": "Repair and maintenance services of firefighting equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "42416000",
                        "description": "Lifts, skip hoists, hoists, escalators and moving walkways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42416100",
                        "description": "Lifts"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45313000",
                        "description": "Lift and escalator installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45313100",
                        "description": "Lift installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50750000",
                        "description": "Lift-maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45232430",
                        "description": "Water-treatment work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90733000",
                        "description": "Services related to water pollution"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90711500",
                        "description": "Environmental monitoring other than for construction"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31161400",
                        "description": "Primary water systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44611500",
                        "description": "Water tanks"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71317000",
                        "description": "Hazard protection and control consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71800000",
                        "description": "Consulting services for water-supply and waste consultancy"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKI"
                    }
                ],
                "relatedLot": "6"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90817&B=LUMENSOL",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As outlined in each accompanying Term Brief",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic1",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical1",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "As detailed in accompanying tender documents"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-04-14T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2025-04-14T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-04-14T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "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)",
        "amendments": [
            {
                "id": "2",
                "description": "IV.2) Administrative information four.2.2) Time limit for receipt of tenders or requests to participateIV.2.2) Time limit for receipt of tenders or requests to participate Date 14 April 2025 This date has now been changed to the 12th May 2025"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-60863",
            "name": "London Borough of Havering",
            "identifier": {
                "legalName": "London Borough of Havering",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Town Hall, Main Road",
                "locality": "Romford",
                "region": "UKI",
                "postalCode": "RM1 3BB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Shelley Wood",
                "telephone": "+44 7342933523",
                "email": "Shelley.wood@lumensol.co.uk",
                "url": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=90817&B=LUMENSOL"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.havering.gov.uk/",
                "buyerProfile": "https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/131121",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "06",
                        "description": "Housing and community amenities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-726",
            "name": "High Court of England and Wales",
            "identifier": {
                "legalName": "High Court of England and Wales"
            },
            "address": {
                "streetAddress": "The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-137",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "streetAddress": "70 Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2AS",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-60863",
        "name": "London Borough of Havering"
    },
    "language": "en"
}