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
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