Flagship Housing : Electrical Contractors Framework

  Flagship Housing is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Electrical Contractors Framework
Notice type: Contract Notice
Authority: Flagship Housing
Nature of contract: Services
Procedure: Open
Short Description: Flagship intends to establish a framework agreement for the provision of electrical contractors’ services for maintenance and small project works, as more fully described in the Invitation to Tender documentation.
Published: 08/12/2021 16:52
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-Norwich: Electrical services.
Section I: Contracting Authority
      I.1) Name and addresses
             Flagship Housing Group
             31 King Street, Norwich, NR1 1PD, United Kingdom
             Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
             Main Address: https://www.flagship-group.co.uk
             NUTS Code: UKH15
      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/tenders/UK-UK-Norwich:-Electrical-services./B924C3J8QV
      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
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Electrical Contractors Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      71314100 - Electrical services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Flagship intends to establish a framework agreement for the provision of electrical contractors’ services for maintenance and small project works, as more fully described in the Invitation to Tender documentation.       
      II.1.5) Estimated total value:
      Value excluding VAT: 600,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      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: Victory       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71314100 - Electrical services.
      
      II.2.3) Place of performance:
      UKH16 North and West Norfolk
      
      II.2.4) Description of procurement: Flagship are looking to set up a framework of suitably qualified and certified electricians for a number of electrical services, this will be split into 3 lots to cover all 3 of Flagship Group’s housing subsidiaries; Newtide, Samphire and Victory Homes all as detailed in the tender
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Criterion 1 - Technical / Weighting: 60
                        
            Cost criterion - Name: Criterion 1 - Pricing / Weighting: 40
                              
      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: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: option to extend by 2 x 12 months
      
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/B924C3J8QV       
II.2) Description Lot No. 2
      
      II.2.1) Title: Newtide       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71314100 - Electrical services.
      
      II.2.3) Place of performance:
      UKH15 Norwich and East Norfolk
      
      II.2.4) Description of procurement: Flagship are looking to set up a framework of suitably qualified and certified electricians for a number of electrical services, this will be split into 3 lots to cover all 3 of Flagship Group’s housing subsidiaries; Newtide, Samphire and Victory Homes all as detailed in the tender
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Criterion 1 Technical / Weighting: 60
                        
            Cost criterion - Name: Criterion 2 Price / Weighting: 40
                              
      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: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend by 2 x 12 months
      
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/B924C3J8QV       
II.2) Description Lot No. 3
      
      II.2.1) Title: Samphire       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71314100 - Electrical services.
      
      II.2.3) Place of performance:
      UKH17 Breckland and South Norfolk
      
      II.2.4) Description of procurement: Flagship are looking to set up a framework of suitably qualified and certified electricians for a number of electrical services, this will be split into 3 lots to cover all 3 of Flagship Group’s housing subsidiaries; Newtide, Samphire and Victory Homes all as detailed in the tender
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Criterion 1 - Technical / Weighting: 60
                        
            Cost criterion - Name: Criterion 2 - Price / Weighting: 40
                              
      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: 24       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend by 2 x 12 months
      
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/B924C3J8QV       


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       
      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
      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 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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         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: 10/01/2022 Time: 14:00
            
      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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 10/01/2022
         Time: 14:00
      

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-Norwich:-Electrical-services./B924C3J8QV

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/B924C3J8QV
   VI.4) Procedures for review
   VI.4.1) Review body:
             Flagship Housing Group
       31 King Street, Norwich, NR1 1PD, United Kingdom
       Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
       Internet address: https://www.flagship-group.co.uk/
   VI.4.2) Body responsible for mediation procedures:
             Flagship Housing Group
          31 King Street, Norwich, NR1 1PD, United Kingdom
          Tel. +44 8081684555
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Flagship Housing Group
       31 King Street, Norwich, NR1 1PD, United Kingdom
       Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
   VI.5) Date Of Dispatch Of This Notice: 08/12/2021

Annex A


View any Notice Addenda

View Award Notice

UK-Norwich: Electrical services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Flagship Housing Group
       31 King Street, Norwich, NR1 1PD, United Kingdom
       Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
       Main Address: https://www.flagship-group.co.uk
       NUTS Code: UKH15

   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:
      Body governed by public law

   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 Contractors Framework            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         71314100 - Electrical services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Flagship intends to establish a framework agreement for the provision of electrical contractors’ services for maintenance and small project works, as more fully described in the Invitation to Tender documentation. Note values are annual and net of VAT.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 600,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Victory   
      Lot No:1

      II.2.2) Additional CPV code(s):
            71314100 - Electrical services.


      II.2.3) Place of performance
      Nuts code:
      UKH16 - North and West Norfolk
   
      Main site or place of performance:
      North and West Norfolk
             

      II.2.4) Description of the procurement: Flagship are looking to set up a framework of suitably qualified and certified electricians for a number of electrical services, this will be split into 3 lots to cover all 3 of Flagship Group’s housing subsidiaries; Newtide, Samphire and Victory Homes all as detailed in the tender

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Technical / Weighting: 60
                  
      Cost criterion - Name: Criterion 1 - Pricing / Weighting: 40
            

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/B924C3J8QV

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Newtide   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71314100 - Electrical services.


      II.2.3) Place of performance
      Nuts code:
      UKH15 - Norwich and East Norfolk
   
      Main site or place of performance:
      Norwich and East Norfolk
             

      II.2.4) Description of the procurement: Flagship are looking to set up a framework of suitably qualified and certified electricians for a number of electrical services, this will be split into 3 lots to cover all 3 of Flagship Group’s housing subsidiaries; Newtide, Samphire and Victory Homes all as detailed in the tender

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 Technical / Weighting: 60
                  
      Cost criterion - Name: Criterion 2 Price / Weighting: 40
            

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/B924C3J8QV

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Samphire   
      Lot No:3

      II.2.2) Additional CPV code(s):
            71314100 - Electrical services.


      II.2.3) Place of performance
      Nuts code:
      UKH17 - Breckland and South Norfolk
   
      Main site or place of performance:
      Breckland and South Norfolk
             

      II.2.4) Description of the procurement: Flagship are looking to set up a framework of suitably qualified and certified electricians for a number of electrical services, this will be split into 3 lots to cover all 3 of Flagship Group’s housing subsidiaries; Newtide, Samphire and Victory Homes all as detailed in the tender

      II.2.5) Award criteria:
      Quality criterion - Name: Criterion 1 - Technical / Weighting: 60
                  
      Cost criterion - Name: Criterion 2 - Price / Weighting: 40
            

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/B924C3J8QV


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: 2021/S 000-030594
      
   

   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: Not Provided    
   Lot Number: 1    
   Title: Victory

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Karma Electrical & Fire Systems Limited, 09357871
             Crane Court, 302 London Road, Ipswich, IP2 0AJ, United Kingdom
             NUTS Code: UKH14
            The contractor is an SME: Yes
         
         Contractor (No.2)
             McIntyre Compliance Services Ltd, 05879674
             Waterworks Lane, Glinton, Peterborough, PE6 7LP, United Kingdom
             NUTS Code: UKH11
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Phase 3 Electrical Contractors Ltd, 07987668
             Suite 5, The Old Church, St Matthews Road, Norwich, NR1 1SP, United Kingdom
             NUTS Code: UKH15
            The contractor is an SME: Yes
         
         Contractor (No.4)
             CLC Contractors Limited, 01230435
             Unit 2 Northbrook Industrial Estate, Vincent Avenue, Southampton, SO16 6PB, United Kingdom
             NUTS Code: UKJ32
            The contractor is an SME: No

      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: 200,000
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Newtide

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             DPL Group Ltd, 04162465
             89 High Street, Hadleigh, Ipswich, IP7 5EA, United Kingdom
             NUTS Code: UKH14
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Karma Electrical and Fire Systems Ltd, 09357871
             Crane Court, 302 London Road, Ipswich, IP2 0AJ, United Kingdom
             NUTS Code: UKH14
            The contractor is an SME: Yes
         
         Contractor (No.3)
             McIntyre Compliance Services Ltd, 05879674
             Waterworks Lane, Glinton, Peterborough, PE6 7LP, United Kingdom
             NUTS Code: UKH11
            The contractor is an SME: Yes
         
         Contractor (No.4)
             CLC Contractors Ltd, 01230435
             Unit 2 Northbrook Industrial Estate, Vincent Avenue, Southampton, SO16 6PB, United Kingdom
             NUTS Code: UKJ32
            The contractor is an SME: No

      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: 200,000
         Currency: GBP

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

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Samphire

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             DPL Group Ltd, 04162465
             Unit 2 Greenwich Business Park, Greenwich Close, Ipswich, IP3 0DD, United Kingdom
             NUTS Code: UKH14
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Karma Electrical and Fire Systems Ltd, 09357871
             Crane Court, 302 London Road, Ipswich, IP2 0JA, United Kingdom
             NUTS Code: UKH14
            The contractor is an SME: Yes
         
         Contractor (No.3)
             McIntyre Compliance Services Ltd, 05879674
             Waterworks Lane, Glinton, Peterborough, PE6 7LP, United Kingdom
             NUTS Code: UKH11
            The contractor is an SME: Yes
         
         Contractor (No.4)
             CLC Contractors Limited, 01230435
             Unit 2 Northbrook Industrial Estate, Vincent Avenue, Southampton, SO16 6PB, United Kingdom
             NUTS Code: UKJ32
            The contractor is an SME: No

      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: 200,000
         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=683978024

   VI.4) Procedures for review

      VI.4.1) Review body
          Flagship Housing Group
          31 King Street, Norwich, NR1 1PD, United Kingdom
          Tel. +44 8081684555, Email: procurement@flagship-group.co.uk
          Internet address: https://www.flagship-group.co.uk/

      VI.4.2) Body responsible for mediation procedures
          Flagship Housing Group
          31 King Street, Norwich, NR1 1PD, United Kingdom
          Tel. +44 8081684555

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          Flagship Housing Group
          31 King Street, Norwich, NR1 1PD, United Kingdom
          Tel. +44 8081684555, Email: procurement@flagship-group.co.uk

   VI.5) Date of dispatch of this notice: 22/04/2022