Shropshire Council: RMCB 044 - Provision of Electrical Installation Condition Reports - Fixed Wiring, Thermal Imaging and Fixed Electrical Equipment Testing

  Shropshire Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: RMCB 044 - Provision of Electrical Installation Condition Reports - Fixed Wiring, Thermal Imaging and Fixed Electrical Equipment Testing
Notice type: Contract Notice
Authority: Shropshire Council
Nature of contract: Services
Procedure: Open
Short Description: The contract shall comprise the electrical inspection and test of fixed electrical low voltage wiring systems throughout Shropshire Council buildings along with those of other external clients, complete with production of an Electrical Installation Condition Report, in line with the requirements of BS7671 (as amended) and the guidance contained within Guidance Note 3: Inspection & Testing (as amended). The contact shall comprise of an electrical inspection and test of the complete fixed wiring system (all the electrical installation and electrical equipment not addressed by the portable electrical equipment or stage lighting registers) at each property shown on the Schedule of Properties. These visits to be within the months shown in the Schedule of Properties as the due date. Fixed price tenders are being invited to the period 1st April 2023 – 31st March 2026. Thereafter, the contract may be extended for a further 2 years (up to 31st March 2028) subject to satisfactory performance
Published: 31/10/2022 11:01
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-Shrewsbury: Technical testing services.
Section I: Contracting Authority
      I.1) Name and addresses
             Shropshire Council
             Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
             Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
             Contact: Procurement
             Main Address: www.shropshire.gov.uk
             NUTS Code: UKG22
      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-Shrewsbury:-Technical-testing-services./V5V4968PSN
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing-services./V5V4968PSN 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: https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing-services./V5V4968PSN
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: RMCB 044 - Provision of Electrical Installation Condition Reports - Fixed Wiring, Thermal Imaging and Fixed Electrical Equipment Testing       
      Reference Number: RMCB 044
      II.1.2) Main CPV Code:
      71632000 - Technical testing services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The contract shall comprise the electrical inspection and test of fixed electrical low voltage wiring systems throughout Shropshire Council buildings along with those of other external clients, complete with production of an Electrical Installation Condition Report, in line with the requirements of BS7671 (as amended) and the guidance contained within Guidance Note 3: Inspection & Testing (as amended).
The contact shall comprise of an electrical inspection and test of the complete fixed wiring system (all the electrical installation and electrical equipment not addressed by the portable electrical equipment or stage lighting registers) at each property shown on the Schedule of Properties. These visits to be within the months shown in the Schedule of Properties as the due date.

Fixed price tenders are being invited to the period 1st April 2023 – 31st March 2026. Thereafter, the contract may be extended for a further 2 years (up to 31st March 2028) subject to satisfactory performance       
      II.1.5) Estimated total value:
      Value excluding VAT: 430,000       
      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:
      UKG22 Shropshire CC
      
      II.2.4) Description of procurement: Fixed price tenders are being invited to the period 1st April 2023 – 31st March 2026. Thereafter, the contract may be extended for a further 2 years (up to 31st March 2028) subject to satisfactory performance during the contract year and the agreement of the costs for the ensuing 12 months.

The contract shall comprise the electrical inspection and test of fixed electrical low voltage wiring systems throughout Shropshire Council buildings along with those of other external clients, complete with production of an Electrical Installation Condition Report, in line with the requirements of BS7671 (as amended) and the guidance contained within Guidance Note 3: Inspection & Testing (as amended).

The contact shall comprise of an electrical inspection and test of the complete fixed wiring system (all the electrical installation and electrical equipment not addressed by the portable electrical equipment or stage lighting registers) at each property shown on the Schedule of Properties. These visits to be within the months shown in the Schedule of Properties as the due date.

The contract shall comprise of the remedial works required to bring the installation into a “Satisfactory” standard subject to the prior approval of the Budget Holder and Client.

The works executed under contract shall enable the Client to demonstrate compliance with the statutory requirements of the Electricity at Work Regulations 1998 and other relevant legislation. Full details of the requirements are stipulated within the Contract Specification Document and Servicing Schedule Document.

Prices submitted are for the period of 1st April 2023 – 31st March 2026, thereafter the contractor is able to submit a cost adjustment to the tendered figure on an annual basis that is in line with the Retail Price Index, and which is subject to prior approval by the client.
      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: 430,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/04/2023 / End: 31/03/2028       
      This contract is subject to renewal: Yes       
      Description of renewals: Fixed price tenders are being invited to the period 1st April 2023 – 31st March 2026. Thereafter, the contract may be extended for a further 2 years (up to 31st March 2028) subject to satisfactory performance during the contract year and the agreement of the costs for the ensuing 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: 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:          
      See tender documentation.    
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:
      See tender documentation.    
      Minimum level(s) of standards possibly required (if applicable) :       
      See tender documentation.    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      See tender documentation.    
      Minimum level(s) of standards possibly required (if applicable) :          
      See tender documentation.
      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          
      Execution of the service is reserved to a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      See tender documentation.    
      III.2.2) Contract performance conditions       
      See tender documentation.          
      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: 30/11/2022 Time: 12:00
            
      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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 30/11/2022
         Time: 12:00
         Place:
         Shrewsbury
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 5 years
   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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing-services./V5V4968PSN

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V5V4968PSN
   VI.4) Procedures for review
   VI.4.1) Review body:
             Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992
   VI.5) Date Of Dispatch Of This Notice: 31/10/2022

Annex A


View any Notice Addenda

RMCB 044 - Provision of Electrical Installation Condition Reports - Fixed Wiring, Thermal Imaging and Fixed Electrical Equipment Testing

UK-Shrewsbury: Technical testing services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
       Contact: Procurement
       Main Address: www.shropshire.gov.uk
       NUTS Code: UKG22

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: RMCB 044 - Provision of Electrical Installation Condition Reports - Fixed Wiring, Thermal Imaging and Fixed Electrical Equipment Testing      Reference number: RMCB 044      
   II.1.2) Main CPV code:
      71632000 - Technical testing services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: The contract shall comprise the electrical inspection and test of fixed electrical low voltage wiring systems throughout Shropshire Council buildings along with those of other external clients, complete with production of an Electrical Installation Condition Report, in line with the requirements of BS7671 (as amended) and the guidance contained within Guidance Note 3: Inspection & Testing (as amended).
The contact shall comprise of an electrical inspection and test of the complete fixed wiring system (all the electrical installation and electrical equipment not addressed by the portable electrical equipment or stage lighting registers) at each property shown on the Schedule of Properties. These visits to be within the months shown in the Schedule of Properties as the due date.

Fixed price tenders are being invited to the period 1st April 2023 – 31st March 2026. Thereafter, the contract may be extended for a further 2 years (up to 31st March 2028) subject to satisfactory performance

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 28/11/2022

VI.6) Original notice reference:

   Notice Reference:    2022 - 533140   
   Notice number in OJ S:    2022/S 000 - 030654
   Date of dispatch of the original notice: 31/10/2022

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2)          
         Place of text to be modified: Time limit for receipt of tenders or requests to participate          
         Instead of:
         Date: 30/11/2022         
         Local Time: 12:00          
         Read:
         Date: 08/12/2022         
         Local Time: 12:00                   
      
      VII.1.2) Text to be corrected in original notice No: 2
                                    
         Section Number: IV.2.2)          
         Place of text to be modified: Time limit for receipt of tenders or requests to participate          
         Instead of:
         Date: 30/11/2022         
         Local Time: 12:00          
         Read:
         Date: 08/12/2022         
         Local Time: 12:00                   
   
VII.2) Other additional information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing-services./V5V4968PSN

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/V5V4968PSN


View Award Notice

UK-Shrewsbury: Technical testing services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Shropshire Council
       Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
       Tel. +44 1743252992, Email: procurement@shropshire.gov.uk
       Contact: Procurement
       Main Address: www.shropshire.gov.uk
       NUTS Code: UKG22

   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:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: RMCB 044 - Provision of Electrical Installation Condition Reports - Fixed Wiring, Thermal Imaging and Fixed Electrical Equipment Testing            
      Reference number: RMCB 044

      II.1.2) Main CPV code:
         71632000 - Technical testing services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This is an award notice for the provision of Electrical Installation Condition Reports - Fixed Wiring, Thermal Imaging and Fixed Electrical Equipment Testing. The initial period of contract is 1st April 2023 – 31st March 2026. Thereafter, the contract may be extended for a further 2 years.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 430,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKG22 - Shropshire CC
   
      Main site or place of performance:
      Shropshire CC
             

      II.2.4) Description of the procurement: This is an award notice for the provision of Electrical Installation Condition Reports - Fixed Wiring, Thermal Imaging and Fixed Electrical Equipment Testing. The initial period of contract is 1st April 2023 – 31st March 2026. Thereafter, the contract may be extended for a further 2 years.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 30
            

      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: 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
       Notice number in the OJEU: 2022/S 000-030654
      
   

   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: 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: 21/02/2023

      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: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Dodd Group (Midlands) Ltd., 01179878
             Stafford Park 13, Telford, TF3 3AZ, United Kingdom
             Tel. +44 1675629130, Email: bidteam@doddgroup.com
             NUTS Code: UKG22
            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: 430,000
         Currency: GBP

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

   VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=762437284

   VI.4) Procedures for review

      VI.4.1) Review body
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Tel. +44 1743252992, Email: procurement@shropshire.gov.uk

      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
          Shropshire Council
          Shirehall, Abbey Foregate, Shrewsbury, SY2 6ND, United Kingdom
          Tel. +44 1743252992

   VI.5) Date of dispatch of this notice: 03/03/2023