ITT for the Procurement of Mechanical & Electrical Works, Goods and Services, and Fire, Safety and Security Works, Goods and Services.

Open

Buyers

Value

£40,000,000

Classifications

  • Telecommunications network
  • Water pumps
  • Air-conditioning installations
  • Risers
  • Bolts
  • Construction work for multi-dwelling buildings and individual houses
  • Electrical installation work
  • Electrical wiring and fitting work
  • Fire-alarm system installation work
  • Burglar-alarm system installation work
  • Lightning-protection works
  • Lightning-conductor installation work
  • Installation of telecommunications equipment
  • Electrical installation work of heating and other electrical building-equipment
  • Electrical engineering installation works
  • Electricity supply installations
  • High voltage installation work
  • Medium-voltage installation work
  • Low-voltage installation work
  • Switching station installation work
  • Ventilation and air-conditioning installation work
  • Ventilation installation work
  • Fire-prevention installation works
  • Firefighting equipment installation work
  • CO2 fire-extinguishing equipment installation work
  • Fire-extinguishers installation work
  • Sprinkler systems installation work
  • Refurbishment work
  • Electrical-system repair services
  • System maintenance services
  • Preventive maintenance services
  • Telecommunications-infrastructure maintenance services
  • Repair and maintenance services of gas-detection equipment
  • Repair and maintenance services of firefighting equipment
  • Repair and maintenance services of pumps
  • Repair and maintenance services of liquid pumps
  • Repair and maintenance services of gas pumps
  • Repair and maintenance services of electrical and mechanical building installations
  • Electrical services
  • Technical inspection and testing services
  • Alarm-monitoring services

Tags

  • planning

Submission Deadline

3 months from now

Published

6 hours ago

Description

Planned Procurement Notice – Open Framework.
As per section 15 of the Procurement Act 2023 (PA23), this notice sets out the planned procurement by Altair on behalf of its Client. 
This tender notice is for the planned procurement of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the PA 2023. Following the expiration of the contract, it is likely that a further procurement will be made – estimated notice February 2034.
NB – The Contracting Authority reserves the right to amend any of the details of this Procurement process at any time and retains the right to amend, change, withdraw the process at any time.
Contracting Authority: DACORUM BOROUGH COUNCIL of The Forum, Marlowes, Hemel Hempstead, Hertfordshire HP1 1DN (the “Client”)
Title of Procurement: ITT for the Procurement of Mechanical & Electrical Works Goods and Services, and Fire, Safety and Security Works Goods and Services. 
Unique Identifier: DBCMEFSS0001	
Contract for Goods/Services or Works: Works, Goods and Services
Contract Subject-Matter: 
The Contracting Authority is looking to tender for the following services in the near future and is publishing a Preliminary Market Engagement Notice to contribute to the development of the tender specifics and understand from feedback in the market how to best develop an open process to achieve maximum value.
The Contracting Authority reserves the right to allow other Contracting Authorities to access this Contract throughout the Term of the Agreement, (Sections 74-77 and Schedule 8 of the Act and regulation 40), clarification on whether a fee structure will apply will follow Market Engagement. In addition the Contracting Authority reserves the right to amend the agreement and which Contracting Authorities can access the Agreement (Schedule 8, paragraph 9 of the Regulations), due to the upcoming Local Authority Reorganisation, please see https://www.gov.uk/government/collections/local-government-reorganisation-policy-and-programme-updates 
The engagement process will be 3 stages. 1. An expression of interest to this Notice, 2. A survey with shaping questions will be sent to all interested parties. 3. Supplier completed questionnaires, and feedback will be collated, and a full supplier day will take place, the Contracting Authority reserves the right to follow up with any Supplier on a 1 to 1, or group basis, for further information or clarification.  As part of the service provision, the Contracting Authority is planning to put in place a new Framework solution which will enable the Contracting Authority to provide full range of Goods, Services and Maintenance across the following areas:
Mechanical & Electrical Services 
This Lot will include, but is not limited to, the Goods and Services identified below. The Contracting Authority reserves the right to make changes to the content of the Lot based on Market Engagement Feedback.
Furthermore, it will include associated services such as new supply connections, general plumbing, pipework, and all other maintenance, replacement, and installation activities directly related to the Goods and Services. 
1.	Air Conditioning installation, replacement, servicing and maintenance including statutory inspections in relation to EPBD compliance (CIBSE TM44 guidance).  
2.	Booster Pump Installation  
3.	Booster Pump Servicing 
4.	Broadband Installation (Landlord areas) 
5.	Digital IRS Installation 
6.	Digital IRS Servicing 
7.	Disabled Adaptation Installation (M&E – such as audio/visual aids)  
8.	Disabled Adaptation Servicing (M&E) 
9.	Commercial Rewire (inc. high voltage) 
10.	Domestic Rewire 
11.	EICR (BLOCK) 
12.	EICR (COMMERCIAL) 
13.	EICR (DWELLING) 
14.	Electric Vehicle Charging Installation  
15.	Electric Vehicle Charging Servicing 
16.	Fire & Smoke Detection Installation (Domestic Dwellings)  
17.	Lightning Conductor Installation 
18.	Lightning Conductor Servicing 
19.	Portable Appliance (PAT) Testing 
20.	Rising & Lateral Mains Upgrade (Blocks/Buildings) 
Fire, Safety and Security 
This Lot will include, but is not limited to, the below Goods and Services including passive and active fire safety works. The Contracting Authority reserves the right to amend the contents of this Lot. This lot excludes Fire Risk Assessments: 
1.	Alarm Monitoring Services 
2.	Automatic Opening Vent Installation 
3.	Automatic Opening Vent Servicing 
4.	Automatic Barriers Installation 
5.	Automatic Barriers Servicing 
6.	Automatic Doors Installation 
7.	Automatic Doors Servicing 
8.	Door Entry Installation (Commercial) 
9.	Door Entry Installation (Domestic) 
10.	Door Entry Servicing 
11.	Dry Riser Servicing 
12.	Emergency Lighting Installation (Domestic & Commercial) 
13.	Emergency Lighting Servicing (Domestic & Commercial) 
14.	Fire Alarm Installation (Domestic & Commercial) 
15.	Fire Alarm Servicing (Domestic & Commercial) 
16.	Fall Arrest System Servicing and Remedials 
17.	Fire Alarm Installation (Communal) 
18.	Fire Alarm Servicing/Testing 
19.	Fire Equipment Installation 
20.	Fire Equipment Servicing/Testing 
21.	Personal Protection Water Misting System Installation 
22.	Personal Protection Water Misting System Servicing 
23.	Sprinkler Installation 
24.	Sprinkler Servicing 
25.	Suppression Systems Installation 
26.	Suppression Systems Servicing 
27.	Warden Call System Installation 
28.	Warden Call System Servicing/Testing 
29.	Wet Riser Servicing 
Conditions of Participation of the Tender Process, (To be confirmed): 
Legal and financial capability:
Requirement: The supplier must be a legally established entity with the financial stability to perform the contract. Specific requirements will be finalised following market engagement.
Likely evidence and process:
1.	A copy of the supplier’s registration documents and all relevant certifications and accreditations.
2.	Dunn and Bradstreet report to review all Suppliers’ operational standing.
3.	A financial ratio or ratios based on Net Debt to EBITDA ratio, Acid ratio, Group Exposure Ratio, Turnover Ratio and Operating Margin percentage.
Technical Ability to perform the Services and provide the Goods as set out:
Requirement: The supplier must demonstrate the technical capability and experience necessary to fulfil the contract requirements.
Likely evidence and process:
1.	A list of principal services provided in the past three years, including values, dates, and recipients.
2.	Details of the technical equipment and measures for ensuring quality.
3.	Qualifications and experience of key personnel.
4.	Quality and Technical Questions to be completed fully, evidencing the Suppliers’ ability to provide the goods and services.
Payment Terms: 30 days net end of month invoice received.
Contract Dates and Expected Process.
Estimated Date of Tender Notice Publication: July 2025, 
Estimated Date for Submission of Requests to Participate: July - Aug 2025, 
Procedure Expected to be Used:
•	Open Procedure, (Pending Market Engagement Feedback)
Dynamic Market Membership: No
Participation – Particular Suitability:
•	Small and medium-sized enterprises (SME)
•	Large enterprises
Selection Process:
1.	Mandatory Documents and Certification:
•	Legal and financial capacity documents.
•	Certifications and declarations of compliance.
2.	Procurement Specific Questionnaire (PSQ):
•	Mandatory Questions: Legal, financial, and technical capacity.
•	Discretionary Questions: Past performance, references, and other relevant criteria.
•	Exclusion Criteria: Both Mandatory and Discretionary
3.	Technical/Quality Questionnaire:
•	Detailed questions assessing the supplier's technical ability and quality assurance measures. 
4.	Pricing Evaluation:
•	Detailed breakdown of costs and pricing structure.
5.	Overall Threshold: For the Suppliers that pass the PSQ, the combined weighted scores from the Technical/Quality Questionnaire and Pricing Evaluation will provide an overall score.  The highest scoring supplier across the elements will be the successful bidder for the Lot.
NB – The specifics of the Hurdle and Financial /  Non-Financial weightings are to be confirmed following initial market engagement.
Term of the Contract Including Extensions: 5 years initially with extensions of up to  5 years for a 10 year maximum.
Previous Contract Information: No specific previous Contract. The requirements were split over multiple contracts.
Intention to Award the Contract to:
1.	A single winning bidder per Lot based on the highest overall score across the combined Financial and Non-Financial elements.
What Fees if Any will be Charged in Accordance with Section 45(7) of the PA 2023: The Contracting Authority is yet to decide whether a Fee structure will apply for this agreement. This will be clarified post Market Engagement.
Will an Electronic Auction be Used: No
What Lots will Form this Tender: There will be two Lots, Lot 1 – Mechanical and Electrical Services, Lot 2 – Fire, Safety and Security Services.
Will it be Awarded by Lot: Yes
Estimated Award Criteria for Each Lot: Both Lots will be awarded maximum score basis. The successful Supplier who reaches the maximum combined score across the Quality/Technical and Financial evaluations will be awarded for that Lot. All specifics for the scoring mechanism will be completed in detail following the market engagement, the Contracting Authority reserves the right to amend the award criteria based on Market Engagement.
Can a Supplier bid for all Lots: Yes
Estimated Date of Contract Award: March 2026
Estimated Value of the Contract: c£40m Over the full agreement term including VAT
Estimated Value of Each Lot: Lot 1 – Mechanical and Electrical c£25m over 10 years, to be confirmed.
Lot 2 - Fire, Safety and Security c£15m over 10 years, to be confirmed
NB all values are estimates and are in no way meant as guaranteed values. The Contracting Authority reserves the right to vary, amend or remove elements from the process.
Tendering Process – Number of Days for the ITT to be Live: To be confirmed

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

ITT for the Procurement of Goods, Services and Works for the following: Domestic Lifting Equipment Installation Domestic Lifting Equipment Monitoring Services Domestic Lifting Equipment Refurbishment Domestic Lifting Equipment Servicing.

Preliminary Market Engagement Notice – Open Framework. As per section 16 and 17 of the Procurement Act 2023 (PA23), this notice sets out the Preliminary Market Engagement by Altair on behalf of its Client. This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the PA 2023. Following the expiration of the contract, it is likely that a further procurement will be made - estimated notice February 2034. NB – The Contracting Authority reserves the right to amend any of the details of this Procurement process at any time and retains the right to amend, change, withdraw the process at any time. Contracting Authority: DACORUM BOROUGH COUNCIL of The Forum, Marlowes, Hemel Hempstead, Hertfordshire HP1 1DN (the “Client”) Contract Subject-Matter: The Contracting Authority is looking to tender for the following services in the near future and is publishing a Preliminary Market Engagement Notice to contribute to the development of the tender specifics and understand from feedback in the market how to best develop an open process to achieve maximum value. The Contracting Authority reserves the right to allow other Contracting Authorities to access this Contract throughout the Term of the Agreement, (Sections 74-77 and Schedule 8 of the Act and regulation 40), clarification on whether a fee structure will apply will follow Market Engagement. In addition the Contracting Authority reserves the right to amend the agreement and which Contracting Authorities can access the Agreement (Schedule 8, paragraph 9 of the Regulations), due to the upcoming Local Authority Reorganisation, please see https://www.gov.uk/government/collections/local-government-reorganisation-policy-and-programme-updates The engagement process will be 3 stages. 1. An expression of interest to this Notice, 2. A survey with shaping questions will be sent to all interested parties. 3. Supplier completed questionnaires, and feedback will be collated, and a full supplier day will take place, the Contracting Authority reserves the right to follow up with any Supplier on a 1 to 1, or group basis, for further information or clarification. As part of the service provision, the Contracting Authority is planning to put in place a new Framework solution which will enable the Contracting Authority to provide full range of Goods, Services and Maintenance across the following areas: Domestic Lifting Works, Services and Installation This Procurement will include, but is not limited to, the Works, Goods and Services identified below. The Contracting Authority reserves the right to make changes to the content of the Lot based on Market Engagement Feedback. 1. Domestic Lifting Equipment Installation 2. Domestic Lifting Equipment Monitoring Services 3. Domestic Lifting Equipment Refurbishment 4. Domestic Lifting Equipment Servicing Domestic Lifting Equipment Stairlifts: Chairs that move along a rail fitted to a staircase, allowing users to go up and down stairs easily. They are available for both straight and curved staircases. Through-Floor Lifts (Home Lifts): Small lifts that travel between floors through an opening in the ceiling/floor. They can often accommodate a wheelchair, providing seamless access between levels. Hoists: • Mobile Hoists: Portable wheeled devices used with slings to lift and transfer individuals from one place to another (e.g., bed to chair). • Ceiling Hoists: Hoists that run on a track system mounted on the ceiling, providing extensive room coverage for transfers. • Bath Hoists: Specifically designed to lift a person in and out of the bathtub. Domestic Lifting Equipment Services Installation: The installation process involves several steps, including initial planning and consultation, site assessment, lift type selection, and pre-installation preparations. Professionals assess the home's layout, structural limitations, and available space to ensure the lift's feasibility Monitoring Services: Remote and online monitoring services use advanced sensors and data analytics to track the performance, health, and utilization of lifting equipment. These services provide real-time tracking, predictive maintenance, and instant data access for proactive issue resolution and reduced downtime Refurbishment: Refurbishing lifting devices involves assessing the condition of the equipment, making necessary repairs or replacements, and testing performance levels to ensure safety standards are met. This process can extend the lifespan of the equipment, increase efficiency, and save money in the long run Servicing: Regular maintenance and servicing are crucial to keep lifting equipment safe and efficient. This includes checking all safety features, general operation, and the condition of all parts. Comprehensive servicing helps minimize breakdowns and maximize the lifespan of the equipment Furthermore, it will include associated services such as new supply connections, general electrical work, and all other maintenance, replacement, and installation activities directly related to the Goods and Services. Engagement Engagement Deadline: 16th of June 2025 at 1200 hours, Midday. Engagement Process: The engagement process will be made up of three stages. 1. Following the date of the publication of this Notice, Suppliers will have the opportunity to express their interest by emailing – [email protected]; the email of expression of interest MUST have in the subject line the Title of the Planned Procurement and the Unique Identifier, stating “Expression of Interest” i.e. Subject: ITT for the Procurement of Domestic Lift Works, Goods and Services– Ref DBCDLSS0001– Expression of Interest, the window for expressions of interest will be 15 Working Days following the date of publication. 2. Following receipt of Expression of Interest email, the Agent acting on behalf of the Contracting Authority, will distribute a questionnaire for completion. All interested Suppliers will then be given 10 Working Days to complete and return the Questionnaire to [email protected]; 3. Following the deadline for receipt of Questionnaires, the Agent will invite all Suppliers who Expressed and Interest to a Supplier feedback session on Teams where feedback and comments can anonymously be discussed to inform and shape the upcoming procurement process. This is likely to take place on the week commencing 7th of July 2025 . NB The Agent reserves the right to hold 1 to 1 meetings with one or all Suppliers at any time during the market engagement process. The Supplier insights and expertise will be invaluable in shaping the approach. Conditions of Participation in the Tender Process, (To be confirmed): Contract Dates and Expected Process. Estimated Date of Tender Notice Publication: July 2025 Estimated Date for Submission of Requests to Participate: July-August 2025 Procedure Expected to be Used: • Open Procedure, (To be confirmed following Market Engagement) Dynamic Market Membership: No Selection Process: 1. Mandatory Documents and Certification: • Legal and financial capacity documents. • Certifications and declarations of compliance. 2. Procurement Specific Questionnaire (PSQ): • Mandatory Questions: Legal, financial, and technical capacity. • Discretionary Questions: Past performance, references, and other relevant criteria. • Exclusion Criteria: Both Mandatory and Discretionary 3. Technical/Quality Questionnaire: • Detailed questions assessing the supplier's technical ability and quality assurance measures. 4. Pricing Evaluation: • Detailed breakdown of costs and pricing structure. 5. Overall Threshold: For the Suppliers that pass the PSQ, the combined weighted scores from the Technical/Quality Questionnaire and Pricing Evaluation will provide an overall score. The highest scoring supplier across the elements will be the successful bidder for the Lot. NB – The specifics of the Hurdle and Financial / Non-Financial weightings are to be confirmed following initial market engagement. Term of the Contract Including Extensions:5 years initially with extensions of up to 5 years to 10 year maximum. Previous Contract Information: Previous Agreement – Service - Stairlifts, platform lifts, and hoists - maintenance, servicing & installations Intention to Award the Framework to: 1. A single winning bidder based on the highest overall score across the combined Financial and Non-Financial elements. What Fees if Any will be Charged in Accordance with Section 45(7) of the PA 2023: The Contracting Authority is yet to decide whether a Fee structure will apply for this agreement. This will be clarified post Market Engagement. Tendering Process – Number of Days for the ITT to be Live: To be confirmed following Market Engagement Associated Notice – Planned Procurement Notice: Document Access: Documents relating to the procurement can be obtained from https://in-tendhost.co.uk/supplyhertfordshire/aspx/Home . All documents and notices will also be published to the Central Digital Platform. Expression of Interest: Interested parties can express their interest by emailing [email protected] using the Title of the Published Notice and the Unique Reference Number in the Subject line of the email, by 16th June 2025.

Katy Reed

Published 6 hours ago
Open

Katy Reed

Published 7 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Procurement Altair

[email protected]

2079340175

Procurement Altair

[email protected]

7350398302

Timeline planned

Publish
Bid
Evaluate
Award
Complete