Flagship Housing Group: Electrical Installation, Portable Appliance & Lightning Protection Testing

  Flagship Housing Group has published this notice through Delta eSourcing

Notice Summary
Title: Electrical Installation, Portable Appliance & Lightning Protection Testing
Notice type: Contract Notice
Authority: Flagship Housing Group
Nature of contract: Services
Procedure: Restricted
Short Description: • Lot 1 – Electrical Installation Condition Reports and remedial works to approximately 700-1000 properties/sites subject to Flagship requirements. • Lot 2 – Portable Appliance Testing to approximately 50 sites. • Lot 3 – Lightning Protection testing and remedial works to 11 sites.
Published: 26/06/2014 11:19

View Full Notice

UK-Keswick: Repair and maintenance services of electrical building installations.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Flagship Housing Group
      Keswick Hall, Keswick, NR4 6TJ, United Kingdom
      Tel. +44 8452586222, Email: steven.fisher@flagship-housing.co.uk, URL: https://www.flagship-housing.co.uk/
      Contact: Group Mechanical and Electrical Manager, Attn: Steven Fisher

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Electrical Installation, Portable Appliance & Lightning Protection Testing
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1
         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Repair and maintenance services of electrical building installations. Technical testing, analysis and consultancy services. Lightning-protection works. •   Lot 1 – Electrical Installation Condition Reports and remedial works to approximately 700-1000 properties/sites subject to Flagship requirements.
•   Lot 2 – Portable Appliance Testing to approximately 50 sites.
•   Lot 3 – Lightning Protection testing and remedial works to 11 sites.
         
      II.1.6)Common Procurement Vocabulary:
         50711000 - Repair and maintenance services of electrical building installations.
         
         71600000 - Technical testing, analysis and consultancy services.
         
         45312310 - Lightning-protection works.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: Yes          
         If yes, tenders should be submitted for: One or more lots

      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      •   Lot 1 – Electrical Installation Condition Reports and remedial works to approximately 700-1000 properties/sites subject to Flagship requirements.
•   Lot 2 – Portable Appliance Testing to approximately 50 sites.
•   Lot 3 – Lightning Protection testing and remedial works to 11 sites.         
         Estimated value excluding VAT: 1,500,000
         Currency: GBP
                        
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
            
      Lot No: 1
      Title: Electrical Installation Condition Reports and remedial works to approximately 700-1000 properties/sites subject to Flagship requirements

      1)Short Description:      
      Electrical Installation Condition Reports and remedial works to approximately 700-1000 properties/sites subject to Flagship requirements

      2)Common Procurement Vocabulary:
         50711000 - Repair and maintenance services of electrical building installations.
                  71600000 - Technical testing, analysis and consultancy services.
         
      3)Quantity Or Scope:      
      Electrical Installation Condition Reports and remedial works to approximately 700-1000 properties/sites subject to Flagship requirements               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 2
      Title: Portable Appliance Testing to approximately 50 sites

      1)Short Description:      
      Portable Appliance Testing to approximately 50 sites

      2)Common Procurement Vocabulary:
         71600000 - Technical testing, analysis and consultancy services.
         
      3)Quantity Or Scope:      
      Portable Appliance Testing to approximately 50 sites               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
               
      Lot No: 3
      Title: Lightning Protection testing and remedial works to 11 sites

      1)Short Description:      
      Lightning Protection testing and remedial works to 11 sites

      2)Common Procurement Vocabulary:
         45312310 - Lightning-protection works.
                  71600000 - Technical testing, analysis and consultancy services.
         
      3)Quantity Or Scope:      
      Lightning Protection testing and remedial works to 11 sites               
      4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
                        
                  
         5)Additional Information About Lots: Not Provided
                  
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      28 days from receipt of invoice
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      N/A
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                Not Provided
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: FHG      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:



         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 28/07/2014
         Time: 16:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 07/08/2014      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=104069010
GO-2014626-PRO-5769553 TKR-2014626-PRO-5769552
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Flagship Housing Group
      Keswick Road, Norwich, NR4 6TJ, United Kingdom
      Tel. +44 8452586222, URL: https://www.flagship-housing.co.uk/

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 26/06/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-Norwich: Repair and maintenance services of electrical building installations.

Section I: Contracting Authority
   Title: UK-Norwich: Repair and maintenance services of electrical building installations.
   I.1)Name, Addresses and Contact Point(s):
      Flagship Housing Group
      Keswick Hall, Keswick, Norwich, NR4 6TJ, United Kingdom
      Tel. +44 8452586222, Email: steven.fisher@flagship-housing.co.uk, URL: https://www.flagship-housing.co.uk/, URL: https://www.flagship-housing.co.uk/supplier-zone
      Contact: Group Mechanical and Electrical Manager, Attn: Steven Fisher

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Electrical Installation, Portable Appliance & Lightning Protection Testing      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 1
         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Repair and maintenance services of electrical building installations. Technical testing, analysis and consultancy services. Lightning-protection works. •Lot 1 – Electrical Installation Condition Reports and remedial works to approximately 700-1000 properties/sites subject to Flagship requirements.•Lot 2 – Portable Appliance Testing to approximately 50 sites.•Lot 3 – Lightning Protection testing and remedial works to 11 sites.
      II.1.5)Common procurement vocabulary:
         50711000 - Repair and maintenance services of electrical building installations.
         71600000 - Technical testing, analysis and consultancy services.
         45312310 - Lightning-protection works.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 529,125
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 70
         Cost - 30
         
      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No
   
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: FHG         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2014/S 123 - 219567 of 01/07/2014
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: FHG
      Lot Number: 1
      Title: Electrical Installation Condition Reports and remedial works
      Lot Number: 2
      Title: Portable Appliance Testing
      Lot Number: 3
      Title: Lighting Protection testing and remedial works

      V.1)Date Of Contract Award: 23/01/2015      
      V.2) Information About Offers
         Number Of Offers Received: 8          
         Number Of Offers Received By Electronic Means: 8       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Facit Testing Limited
         Postal address: 225 Yarmouth Road
         Town: Norwich
         Postal code: NR7 0SW
         Country: United Kingdom
         Email: admin@facit-testing.co.uk
         Telephone: +44 1603700995
         Fax: +44 1603437012
         Internet address: http://www.facit-testing.co.uk/
      V.4)Information On Value Of Contract
         Initial estimated total value of the contract
            Value: 1,500,000
            Currency: GBP

         Total final value of the contract
            Value: 529,125
            Currency: GBP
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=127964398
GO-2015129-PRO-6327042 TKR-2015129-PRO-6327041   
   VI.3.1)Body responsible for appeal procedures:
      Flagship Housing Group
      Keswick Hall, Keswick Hall Road, Keswick, Norwich, NR4 6TJ, United Kingdom
      Tel. +44 8452586222, Fax. +44 1603255404, Email: info@flagship-housing.co.uk, URL: https://www.flagship-housing.co.uk/
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 29/01/2015