Playle and Partners LLP: Electrical Testing & Maintenance Term Contract

  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
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-Essex: Electrical services.
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

UK-Essex: Electrical services.

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