Playle and Partners LLP is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Electrical Testing & Maintenance Term Contract |
Notice type: | Contract Notice |
Authority: | Playle and Partners LLP |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | This Term Contract covers the the electrical testing, maintenance and repairs, works of upgrade and the rewiring of electrical installations to domestic properties in Tendring District Council’s housing stock for Area 1 (North) and Area (2). One Contractor to be selected for each Area and no one Contractor shall be awarded both Areas. To include emergency light testing and maintenance and repair to the door entry systems of Tendring District Council’s communal blocks and Sheltered Housing Units all in accordance with the IEE Wiring Regulations BS 7671:2008 Amendment 3, 2015. Requirements for Electrical Installations including amendments 1, 2 and 3 plus any amendments or Editions that may be added between April 1st 2017 & March 31st 2022. IEE Guidance Note 3, Inspection & Testing shall be used for verification of testing procedures. In addition to testing and inspecting the Contractor shall record all results and also carry out any minor repairs as per Specifications. |
Published: | 07/12/2016 12:56 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Tendring District Council
Town Hall, Station Road, Clacton on Sea, Essex, CO15 1SE, United Kingdom
Tel. +44 02083006811, Fax. +44 02083002260, Email: chobson@playleandpartners.co.uk
Contact: Charlie Hobson
Main Address: https://www.delta-esourcing.com/respond/54CD9385A8
NUTS Code: UKH33
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: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/respond/54CD9385A8
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/54CD9385A8 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
Regional or local authority
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Electrical Testing & Maintenance Term Contract
Reference Number: 228760241
II.1.2) Main CPV Code:
71314100 - Electrical services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This Term Contract covers the the electrical testing, maintenance and repairs, works of upgrade and the rewiring of electrical installations to domestic properties in Tendring District Council’s housing stock for Area 1 (North) and Area (2). One Contractor to be selected for each Area and no one Contractor shall be awarded both Areas. To include emergency light testing and maintenance and repair to the door entry systems of Tendring District Council’s communal blocks and Sheltered Housing Units all in accordance with the IEE Wiring Regulations BS 7671:2008 Amendment 3, 2015. Requirements for Electrical Installations including amendments 1, 2 and 3 plus any amendments or Editions that may be added between April 1st 2017 & March 31st 2022. IEE Guidance Note 3, Inspection & Testing shall be used for verification of testing procedures. In addition to testing and inspecting the Contractor shall record all results and also carry out any minor repairs as per Specifications.
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
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:
UKH33 Essex CC
II.2.4) Description of procurement: This Term Contract covers the the electrical testing, maintenance and repairs, works of upgrade and the rewiring of electrical installations to domestic properties in Tendring District Council’s housing stock for Area 1 (North) and Area (2). One Contractor to be selected for each Area and no one Contractor shall be awarded both Areas. To include emergency light testing and maintenance and repair to the door entry systems of Tendring District Council’s communal blocks and Sheltered Housing Units all in accordance with the IEE Wiring Regulations BS 7671:2008 Amendment 3, 2015. Requirements for Electrical Installations including amendments 1, 2 and 3 plus any amendments or Editions that may be added between April 1st 2017 & March 31st 2022. IEE Guidance Note 3, Inspection & Testing shall be used for verification of testing procedures. In addition to testing and inspecting the Contractor shall record all results and also carry out any minor repairs as per Specifications.
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2017 / End: 01/04/2020
This contract is subject to renewal: Yes
Description of renewals: Option to extend for a fourth and/or fifth year subject to performance.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Option to extend for a fourth and/or fifth year subject to performance.
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: Not provided
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:
Registration with Construction Skills Certification Scheme
III.1.2) Economic and financial standing
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.1.3) 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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Contractors are to comply with the following:
The Construction (General Provision) Regulations 1961
The Construction (Lifting Operations) Regulations 1961
The Construction (Working Places) Regulations 1966
The Construction (Health & Safety) Regulations 1966 (amended 1974)
The Construction (Head Protection) Regulations 1989
The Control of Substances Hazardous to Health Regulations 1994
The Gas Safety (Installation and Use) Regulations 1998
The Electricity at Work Act 1989
Management of Health and Safety at Work Regulations 1992 amendment 1994
Provision and Use of Work Equipment Regulations 1992
Manual Handling Operations Regulations 1992
Personal Protective Equipment at Work Regulations 1992
Workplace (Health, Safety and Welfare) Regulations 1992
All Building Regulations
BS 7671:2008 Amendment 3: 2015 of the IEE Wiring Regulations
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 OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - 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: 10/02/2017 Time: 13:00
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:
Until: 11/08/2017
IV.2.7) Conditions for opening of tenders:
Date: 10/02/2017
Time: 13:00
Place:
Tendring District Council Offices
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Essex:-Electrical-services./54CD9385A8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/54CD9385A8
VI.4) Procedures for review
VI.4.1) Review body:
Playle & Partners LLP
Crest House, 138 Main Road, Sidcup, DA14 6NY, United Kingdom
Tel. +44 02083006811, Fax. +44 02083002260, Email: chobson@playleandpartners.co.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 for review procedure will be 10 days from the date of notification of Tender Outcome.
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: 07/12/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Tendring District Council
Town Hall, Station Road, Clacton on Sea, Essex, CO15 1SE, United Kingdom
Tel. +44 02083006811, Fax. +44 02083002260, Email: chobson@playleandpartners.co.uk
Contact: Charlie Hobson
Main Address: https://www.delta-esourcing.com/respond/54CD9385A8
NUTS Code: UKH33
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: No
I.4)Type of the contracting authority:
Regional or local authority
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Electrical Testing & Maintenance Term Contract
Reference number: 228760241
II.1.2) Main CPV code:
71314100 - Electrical services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This Term Contract covers the the electrical testing, maintenance and repairs, works of upgrade and the rewiring of electrical installations to domestic properties in Tendring District Council’s housing stock for Area 1 (North) and Area (2). One Contractor to be selected for each Area and no one Contractor shall be awarded both Areas. To include emergency light testing and maintenance and repair to the door entry systems of Tendring District Council’s communal blocks and Sheltered Housing Units all in accordance with the IEE Wiring Regulations BS 7671:2008 Amendment 3, 2015. Requirements for Electrical Installations including amendments 1, 2 and 3 plus any amendments or Editions that may be added between April 1st 2017 & March 31st 2022. IEE Guidance Note 3, Inspection & Testing shall be used for verification of testing procedures. In addition to testing and inspecting the Contractor shall record all results and also carry out any minor repairs as per Specifications.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,000,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKH33 - Essex CC
Main site or place of performance:
Essex CC
II.2.4) Description of the procurement: This Term Contract covers the the electrical testing, maintenance and repairs, works of upgrade and the rewiring of electrical installations to domestic properties in Tendring District Council’s housing stock for Area 1 (North) and Area (2). One Contractor to be selected for each Area and no one Contractor shall be awarded both Areas. To include emergency light testing and maintenance and repair to the door entry systems of Tendring District Council’s communal blocks and Sheltered Housing Units all in accordance with the IEE Wiring Regulations BS 7671:2008 Amendment 3, 2015. Requirements for Electrical Installations including amendments 1, 2 and 3 plus any amendments or Editions that may be added between April 1st 2017 & March 31st 2022. IEE Guidance Note 3, Inspection & Testing shall be used for verification of testing procedures. In addition to testing and inspecting the Contractor shall record all results and also carry out any minor repairs as per Specifications.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: Yes
Description of these options:Option to extend for a fourth and/or fifth year subject to performance.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: South Area
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/04/2017
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 16 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 16
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Kirkman & Jourdain Limited
150 Brooker Road, Waltham Abbey, Essex, EN9 1JH, United Kingdom
Tel. +44 1992788588, Fax. +44 1992788643
NUTS Code: UKH33
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: North Area
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 20/04/2017
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 16 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 16
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
David Stagg & Associate Limited t/a DSA Electrical
Electron House, West Hanngingfield Road, Great Baddow, Chelmsford, CM2 8JT, United Kingdom
Tel. +44 1245478970, Email: tenders@dsaelectrical.com
NUTS Code: UKH33
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 500,000
Total value of the contract/lot: 500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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=253517932
VI.4) Procedures for review
VI.4.1) Review body
Playle & Partners LLP
Crest House, 138 Main Road, Sidcup, DA14 6NY, United Kingdom
Tel. +44 02083006811, Fax. +44 02083002260, Email: chobson@playleandpartners.co.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Deadline for review procedure will be 10 days from the date of notification of Tender Outcome Letters.
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 24/04/2017