Electrical Testing and Repairs Contract Reading
Electrical Testing and Repairs to Corporate Properties and Schools.
United Kingdom-Reading: Repair and maintenance services of electrical building installations
2017/S 044-080631
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Civic Offices, Bridge Street
Reading
RG1 2LU
United Kingdom
Telephone: +44 1189372945
E-mail: corporate.procurement@reading.gov.uk
NUTS code: UKJ11
Address of the buyer profile: https://in-tendhost.co.uk/readingbc/aspx/Tenders/Current
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Electrical Testing and Repairs to Corporate Properties and Schools.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Reading Borough Council wish to procure the services of a contractor for the provision of electrical testing, servicing and associated repairs to corporate properties and schools, including inspecting and testing fixed electrical installations, inspecting and testing electrical supplies to fuel pumps, PAT testing, inspection and testing of lightning conductors, servicing and maintenance of generators and servicing of solar photovoltaic systems
The contract will cover approximately 224 properties / assets across the borough.
The service will include the provision of an emergency call-out service 365 days a year, 24 hours a day.
The proposed contract will be for an initial period of five (5) years commencing in September 2017, with an option to extend for a further 2 year extension.
The contracting authority anticipates that the Transfer of Undertaking (Protection of Employment) Regulations 2006 (TUPE) will not apply to this contract.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of electrical testing, servicing and associated repairs to corporate properties and schools, including inspecting and testing fixed electrical installations, inspecting and testing electrical supplies to fuel pumps, PAT testing, inspection and testing of lightning conductors, servicing and maintenance of generators and servicing of solar photovoltaic systems.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend the Contract for a further period of 2 years.
II.2.9)Information about the limits on the number of candidates to be invited
In accordance with the provision of The Public Contract Regulations 2015. Evidence of economic and financial standing and technical competence will be required as defined in the Selection Questionnaire (SQ). There will be some pass / fail criteria contained within the SQ. Candidates who do not demonstrate compliance with any of the pass / fail criteria will be excluded from the procurement exercise. Based on the selection criteria which will be contained in the SQ, the Contracting Authority will select 6 potential providers who will be taken through to the Invitation to Tender (ITT) stage. This may be increased by up to 2 potential providers if they score within 5 % of the 6th placed potential provider.
II.2.10)Information about variants
II.2.11)Information about options
Contract of an initial period of 5 years with an option to extend the Contract for a further period of 2 years.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Applicants will be required to complete a Selection Questionnaire (SQ) consistent with the provisions of The Public Contract Regulations 2015. The Contracting Authority need not consider any request to participate unless it is accompanied by a completed SQ. The Questionnaire is available from the Intend tendering portal and must be returned in accordance with the provisions set out in the SQ by the date stipulated at Section IV.2.2).
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
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.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Selection Questionnaire (SQ) documentation relating to this tender can be downloaded from Intend tendering portal via the link in Section I. Contractors wishing to be considered for this tendering opportunity must complete the SQ and upload it to the In-tend tendering portal. The deadline for return of the SQ is stipulated at Section IV.2.2). It is the organisation’s responsibility to ensure that they download the documents in ample time to ensure that they can be completed and returned, along with supporting documents, prior to the closing time and date stipulated at Section IV.2.2).
The Contracting Authority does not bind itself to enter into any Contract as a result of the publication of this Contract Notice and will not, under any circumstances, have any liability for any costs any person responding to this Contract Notice incurs in any part of the tender process.
VI.4.1)Review body
Civic Offices, Bridge Street
Reading
RG1 2LU
United Kingdom
Telephone: +44 1189373787
VI.5)Date of dispatch of this notice:
Related Posts
Mechanical and Electrical Consultancy Services Framework Birmingham
Multi-Disciplinary Design Team Services – National Museums Scotland
Project Management Services Coventry
Electrical Testing Contract Reading
British Museum Contractors’ Framework for General Building Works