Property: Electrical Services Facilities Management Contract across West Yorkshire

  Property has published this notice through Delta eSourcing

Notice Summary
Title: Electrical Services Facilities Management Contract across West Yorkshire
Notice type: Contract Notice
Authority: Property
Nature of contract: Works
Procedure: Restricted
Short Description: Electrical Building Service inspection, testing, maintenance and repair works across various electrical service installations in strategically located Fire Authority Buildings across the whole of West Yorkshire.
Published: 03/01/2020 11:21

View Full Notice

UK-Bradford: Repair and maintenance services of electrical building installations.
Section I: Contracting Authority
      I.1) Name and addresses
             West Yorkshire Fire and Rescue Authority, United Kingdom
             Oakroyd Hall, Birkenshaw, West Yorkshire, Bradford, BD11 2DY, United Kingdom
             Tel. +44 1274317323, Email: wyfrs@robertwhetham.co.uk
             Contact: Robert Whetham
             Main Address: https://westyorksfire.gov.uk, Address of the buyer profile: http://westyorksfire.gov.uk
             NUTS Code: UKE4
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://robertwhetham.co.uk
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://robertwhetham.co.uk/ to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Other type:: Metropolitan West Yorkshire Fire Authority
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Electrical Services Facilities Management Contract across West Yorkshire       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      50711000 - Repair and maintenance services of electrical building installations.

      II.1.3) Type of contract: WORKS
      II.1.4) Short description: Electrical Building Service inspection, testing, maintenance and repair works across various electrical service installations in strategically located Fire Authority Buildings across the whole of West Yorkshire.       
      II.1.5) Estimated total value:
      Value excluding VAT: 200,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKE4 West Yorkshire
      
      II.2.4) Description of procurement: West Yorkshire Fire and Rescue Authority
Electrical Services Facilities Management Contract
Expression of Interest
1 July 2020 to 30 June 2023

Applications are invited from suitably qualified and experienced electrical building services contractors who wish to be considered for the provision of a 3-year term electrical maintenance Facilities Management contract upon all fire authority properties across the West Yorkshire area.

The contract will be initially let for 3 years with the option to extend for 2 further individual years.

The contract will include the inspection, testing, maintenance and repair of the following:

•Fixed wiring
•Lightning protection conductors
•Emergency lighting
•Fixed and portable appliances
•Fire alarms
•Microwave Ovens
•Switchgear

The contract will also include a general and an emergency call out service on a 365 day per year, 24 hours a day basis.

Contractors are required to be members of the following:

•ECA
•NICEIC

And shall also be registered with a Safety Scheme in Procurement (SSIP) Member Scheme.

The fire alarm works will be subject to BAFE requirements, membership and accreditation.

Applicants will be required to satisfy enhanced security and health and safety requirements.



There is no pre-qualification questionnaire to complete, but contractors shall provide the following information with their submission to register their interest:

•Brief resume of company
•Management and workforce structure
•Financial values of work undertaken
•Geographical work areas

Applicants shall also provide evidence of their required trade accreditation and membership details.

Further required submission details include:

•Summary trading accounts for the last three years
•Bank reference details
•Company Health and Safety Policy
•Confirmation of compliance with the Asylum and Immigration act 2006
•Evidence of HMG Security Policy Framework baseline personnel security standard checks
•5 GBP million Public Liability Insurance certificate
•5 GBP million Products Liability Insurance certificate
•10 GBP million Employers Liability Insurance certificate
•2 GBP million Professional Indemnity Insurance certificate
•Tax certificate details
•Three client reference contacts, preferably including one Public Sector body

Responses will be assessed for suitability prior to shortlisting for invitations to tender and awarding of the contract.

Those willing to respond to this notice should reply electronically by email by noon Friday 14 February 2020 to West Yorkshire Fire and Rescue Service, care of the following company:

wyfrs@robertwhetham.co.uk

Robert Whetham Associates Limited
West Yorkshire Office
Hub 26
Hunsworth Lane
Cleckheaton
West Yorkshire
BD19 4LN

Tel:01274 317323
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Possibly an extension of two individual additional years after the initial contracted 3 years.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 5
             
      Objective criteria for choosing the limited number of candidates: A minimum of five candidates will be selected and invited to tender following the suitability assessment of received expressions of interest.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: All as detailed in 11.2.4 above.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Typical Electrical Contractor Accreditations:
ECA, NICEIC and Safe Systems in Procurement (SSIP)
Fire Alarm Works subject to BAFE requirements, Membership and Accreditation    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      Contractors to be of general sound financial standing. Specialist Credit and financial checks to be undertaken for suitability to undertake this level of contracted work.    
      Minimum level(s) of standards possibly required (if applicable) :       
      N/A    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions       
      Suitably qualified and experienced, competent electrical building services contractors required.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 14/02/2020 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 02/03/2020       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=461037571
   VI.4) Procedures for review
   VI.4.1) Review body:
             West Yorkshire Fire and Rescue Authority
       Oakroyd Hall, Birkenshaw, West Yorkshire, Bradford, BD11 2DY, United Kingdom
       Tel. +44 1274655871, Email: noel.rodriguez@westyorksfire.gov.uk
       Internet address: http://westyorksfire.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Deadline 31st March 2020    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 03/01/2020

Annex A


View any Notice Addenda

View Award Notice