Efficiency East Midlands Ltd: Portable Appliance Testing Service

  Efficiency East Midlands Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Portable Appliance Testing Service
Notice type: Contract Notice
Authority: Efficiency East Midlands Ltd
Nature of contract: Services
Procedure: Open
Short Description: Checking and Testing apparatus. Our members have the requirement for Portable Appliance Testing as and when required.This framework is being developed to assist members to procure specific items relating to Portable Appliance Testing. EEM members are predominately within the East Midlands but not exclusively so and may have requirements in other parts of England and Wales. The Consortia is owned by our members which include Housing Associations, ALMO,s Local Authorities and bodies from the wider public sector. A full list of EEM members is provided in Annex A and available at www.efficiency-em.co.uk
Published: 29/04/2016 10:22
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Nottingham: Checking and testing apparatus.
Section I: Contracting Authority
      I.1) Name and addresses
             Efficiency East Midlands
             Pure Offices, Icon Business Centre, Lake View Drive,Sherwood Park, Nottingham, NG15 0DT, United Kingdom
             Tel. +44 1623729946, Email: procurement@eem.org.uk
             Main Address: https://www.efficiency-em.co.uk
             NUTS Code: UK
      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
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Checking-and-testing-apparatus./6KR3JW28MW
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            Body governed by public law
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Portable Appliance Testing Service       
      Reference Number: EEM0015
      II.1.2) Main CPV Code:
      38500000 - Checking and testing apparatus.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Checking and Testing apparatus. Our members have the requirement for Portable Appliance Testing as and when required.This framework is being developed to assist members to procure specific items relating to Portable Appliance Testing. EEM members are predominately within the East Midlands but not exclusively so and may have requirements in other parts of England and Wales. The Consortia is owned by our members which include Housing Associations, ALMO,s Local Authorities and bodies from the wider public sector. A full list of EEM members is provided in Annex A and available at www.efficiency-em.co.uk       
      II.1.5) Estimated total value:
      Value excluding VAT: 10,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: One lot only
      Maximum number of lots that may be awarded to one tenderer: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Portable appliance testing, per item, in office locations, commercial buildings etc.       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      38500000 - Checking and testing apparatus.
      31600000 - Electrical equipment and apparatus.
      51110000 - Installation services of electrical equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: PAT testing to all necessary equipment within office locations, Sheltered Accommodation, tenanted properties and any other location owned or managed by the Contracting Authority
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Criterion 1 / Weighting: 30
                        
            Cost criterion - Name: Criterion 1 / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Portable Appliance Testing       
      Lot No: lot 2       
      II.2.2) Additional CPV codes:
      38500000 - Checking and testing apparatus.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Cost for portable appliance testing, per item, for items held within vehicles
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Criterion 1 / Weighting: 30
                        
            Cost criterion - Name: Criterion 1 / Weighting: 70
                              
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      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: 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:          
      Not Provided       
      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          
      Not Provided          
      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: No

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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 4           
         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: 03/06/2016 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:
         Duration in month(s): 48
      
      IV.2.7) Conditions for opening of tenders:
         Date: 03/06/2016
         Time: 13:30
         Place:
         Nottingham
      

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 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.
Reference to legislation in this Contract Notice includes successor and/or replacement legislation.

EEM reserves the right not to award any Framework Agreements at the end of the procurement exercise begun by publication of this Contract Notice or to award only part of parts of the proposed works and reserves the right not to award any one or more Lot.

The Authorised Users will have requirements predominantly within the East Midlands but not exclusively so and may in the future have requirements in other parts of England and Wales. Authorised Users in other parts of England and Wales may also access and use the Framework Agreements to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice. The successful economic operators may therefore expect the Framework Agreements to be awarded at conclusion of this procurement exercise to be operated and implemented throughout England and Wales.

Organisations expressing interest and receiving PQQ documents should be aware that TUPE legislation may apply to the arrangements which are being advertised by this Contract Notice; EEM for themselves and all Authorised Users express no view or opinion about whether TUPE legislation will or will not apply and all organisations expressing interest in response to publication of this Contract Notice and selected to be invited to tender must take their own legal and other relevant advice at all Stages.

EEM reserve the right to amend the procurement documents prior to issuing the ITT for whatever reason and in response to comments and observations received from interested economic operators.

The Call Off Contracts to be awarded pursuant to the Framework Agreements to be entered at conclusion of the procurement exercise begun by publication of this Contract Notice may extend for a duration of up to two years beyond expiry of the four year term of the Framework Agreements.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Tools./2R2X6D57M2

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2R2X6D57M2
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Checking-and-testing-apparatus./6KR3JW28MW

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6KR3JW28MW
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand,, London, WC2A 2LL, United Kingdom
       Tel. +44 2079476000
   VI.4.2) Body responsible for mediation procedures:
             Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Contracting Authority will incorporate a minimum ten calendar day standstill period at the point information on the award of the Contract to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice is communicated to tenderers. The Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or at risk of harm by breach of those regulations to take action in the High Court (England, Wales and Northern Ireland). Generally, any such action must be brought within thirty days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the contract has not been entered into the court may order the setting aside of the Award Decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the court may only award damages or where the award procedures have not been followed correctly may in certain circumstances declare the Contract to be “ineffective”.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          The Cabinet Office
       Correspondance Team, Cabinet Office, Whitehal, London, SW1A 2AS, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 29/04/2016

Annex A


View any Notice Addenda

View Award Notice

UK-Nottingham: Checking and testing apparatus.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Efficiency East Midlands
       Pure Offices, Icon Business Centre, Lake View Drive,Sherwood Park, Nottingham, NG15 0DT, United Kingdom
       Tel. +44 1623729946, Email: amy@eem.org.uk
       Main Address: https://www.efficiency-em.co.uk
       NUTS Code: UK

   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.4)Type of the contracting authority:
      Other type:: Procurement Consortia

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Portable Appliance Testing Service            
      Reference number: EEM0015

      II.1.2) Main CPV code:
         38500000 - Checking and testing apparatus.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This framework has been established to support our Members who require Portable Appliance Testing within their housing stock. EEM members are located throughout the UK therefore the framework has been split into two core lots based on historical and predicted usage - Lot 1 East Midlands and Lot 2 London.

The Consortia is owned by our members which include Housing Associations, ALMO,s Local Authorities and bodies from the wider public sector. Further information on EEM and our full list of EEM members is provided in Annex A and available at www.efficiency-em.co.uk

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Lowest offer: 31,150 / Highest offer:96,500         
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Portable Appliance Testing - EAST Midlands   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            38500000 - Checking and testing apparatus.
            31600000 - Electrical equipment and apparatus.
            51110000 - Installation services of electrical equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Portable Appliance Testing on behalf of EEM members located in the East Midlands, to ensure equipment is in safe working order within office locations, Sheltered Accommodation, tenanted properties and any other location owned or managed by the Contracting Authority.

      II.2.5) Award criteria:
      Quality criterion - Name: Method Statement Questions / Weighting: 30
                  
      Cost criterion - Name: Pricing Schedule / Weighting: 70
            

      II.2.11) Information about options
         Options: 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
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Portable Appliance Testing - London   
      Lot No:Lot 2

      II.2.2) Additional CPV code(s):
            38500000 - Checking and testing apparatus.
            31600000 - Electrical equipment and apparatus.
            51110000 - Installation services of electrical equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Portable Appliance Testing on behalf of EEM members located in London, to ensure equipment is in safe working order within office locations, Sheltered Accommodation, tenanted properties and any other location owned or managed by the Contracting Authority.

      II.2.5) Award criteria:
      Quality criterion - Name: Method Statement questions / Weighting: 30
                  
      Cost criterion - Name: Pricing Schedule / Weighting: 70
            

      II.2.11) Information about options
         Options: 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
         

      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: Yes       
      

   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
       Notice number in the OJEU: 2016/S 87-153262
      
   

   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: EEM0015    
   Lot Number: 1    
   Title: PAT Testing -East Midlands

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/08/2016

      V.2.2) Information about tenders
         Number of tenders received: 12
         Number of tenders received from SMEs: 11 (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: 12

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             P&S Electrical (South East) Limited
             20 Havelock Road, Hastings, East Sussex, TN34 1BP, United Kingdom
             Tel. +44 1424858273
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             SS Testing
             Unity House, Rotterdam Road, Hull, HU7 0XD, United Kingdom
             Tel. +44 1482839954
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Norwood Electrical UK Limited
             The Coach House, Lockington Hall, Lockington, Derbyshire, DE74 2RH, United Kingdom
             Tel. +44 08448005540
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Woodward Electrical Limited
             Gibraltar House, Crown Square, Burton on Trent, Staffordshire, DE14 2WE, United Kingdom
             Tel. +44 1283819379
             NUTS Code: UK
            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: 10,000,000          
         Lowest offer: 35,822.5 / Highest offer: 96,500
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: EEM0015B    
   Lot Number: 2    
   Title: PAT Testing -London

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 17/08/2016

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 9 (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: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             P&S Electrical (South East) Limited
             20 Havelock Road, Hastings, East Sussex, TN34 1BP, United Kingdom
             Tel. +44 1424858273
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Atman UK Limited
             Atman House, 7-9 Galliard Street, Sandwich, Kent, CT13 9BG, United Kingdom
             Tel. +44 1304611621
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             SS Testing Limited
             Unity House, Rotterdam Road, Hull, HU7 0XD, United Kingdom
             Tel. +44 1482839954
             NUTS Code: UK
            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          
         Lowest offer: 31,150 / Highest offer: 74,470
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=217258377

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand,, London, WC2A 2LL, United Kingdom
          Tel. +44 2079476000

      VI.4.2) Body responsible for mediation procedures
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: The Contracting Authority will incorporate a minimum ten calendar day standstill period at the point information on the award of the Contract to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice is communicated to tenderers. The Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or at risk of harm by breach of those regulations to take action in the High Court (England, Wales and Northern Ireland). Generally, any such action must be brought within thirty days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the contract has not been entered into the court may order the setting aside of the Award Decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the court may only award damages or where the award procedures have not been followed correctly may in certain circumstances declare the Contract to be “ineffective”.

      VI.4.4) Service from which information about the review procedure may be obtained
          The Cabinet Office
          Correspondance Team, Cabinet Office, Whitehal, London, SW1A 2AS, United Kingdom

   VI.5) Date of dispatch of this notice: 02/09/2016