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 |
View Full Notice
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
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
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