Notice Information
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 WorksLondon 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 AssessmentsLondon 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 WorksLondon 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 & MaintenanceLondon 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 HygieneLondon 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
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}