Electrical Services Measured Term Contract Worcester
Monthly flash testing, RCD/RCBO 6 monthly testing, annual portable appliance testing.
United Kingdom-Worcester: Electrical services
2019/S 120-294356
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
The Guildhall, High Street
Worcester
WR1 2EY
United Kingdom
E-mail: procurement@worcester.gov.uk
NUTS code: UKG12
Address of the buyer profile: http://www.worcester.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Electrical Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
To undertake electrical services and minor works at the direction of the Council under a measured term contract. The service is described in four categories:
(A) regular testing of electrical systems (in approximately 15 properties) as instructed by the Council to include: monthly flash testing, RCD/RCBO 6 monthly testing, annual portable appliance testing (this does not generally include EICR testing although may be required in individual cases on request);
(B) reactive maintenance and repair according to a priority assigned by the Council;
(C) planned maintenance up to a maximum value of 10 000 GBP per order (subject to quotation and demonstration of best value);
(D) minor works projects up to a maximum value of 10 000 GBP per order (subject to quotation and demonstration of best value);
(E) out of hours emergency works.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
To undertake electrical services and minor works at the direction of the Council under a measured term contract. The service is described in 4 categories:
(A) regular testing of electrical systems (in approximately 15 properties) as instructed by the Council to include: monthly flash testing, RCD/RCBO 6 monthly testing, annual portable appliance testing (this does not generally include EICR testing although may be required in individual cases on request);
(B) reactive maintenance and repair according to a priority assigned by the Council;
(C) planned maintenance up to a maximum value of 10 000 GBP per order, (subject to quotation and demonstration of best value);
(D) minor works projects up to a maximum value of 10 000 GBP per order (subject to quotation and demonstration of best value);
(E) out of hours emergency works.
The works are defined as electrical works, excluding mechanical and general building works.
Contractors are required to provide 24 hours, 365 days per year repair (subject to leap years) and maintenance responses when instructed by the client or the client’s out-of-hours monitoring service.
The Authority contemplates that during the term the residential element of the Council’s portfolio is likely to increase during the lifetime of the contract to include up to approximately 50 units/beds of accommodation for those in most urgent need of housing. In addition, the Council is considering offering a lettings agency and management service to private landlords and wishes to retain the option of subcontracting the Council’s contract work obligations. This is a provisional scenario subject to further development by the Council.
Bidders will be asked to indicate whether they would be able to provide the extended services and confirm whether there would be any pricing considerations.
The approximate core contract value without the additional/extended services is 550 000 GBP. The total approximate value of any possible extended/additional services which the Council may, at its sole discretion, incorporate into the contract shall be approximately 90 000 GBP.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
5 years initial term (1.4.2020 to 31.3.2025) with the option to extend for a further 2 years up to a total contract term of 7 years up till 31.3.2027.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Council are using the e-procurement portal known as the Due North Pro-Contract portal https://procontract.due-north.com to conduct this procurement exercise. To gain access to the procurement documents, contractors will need to register their company details at the above website. Once registered, contractors will be emailed a login and password which will allow them to gain access to the procurement documents. Contractors will need to search for the invitation under Worcester City Council and then electronically submit an expression of interest and follow the online instructions to view the procurement documents.
VI.4.1)Review body
70 Fleet Street
London
EC4Y 1EU
United Kingdom
Telephone: +44 2075366000
E-mail: nfo@cedr.com
VI.5)Date of dispatch of this notice: