Periodic Fixed Electrical Testing and Inspection Contract – Staffordshire
This Framework requires the periodic electrical testing and inspection in accordance with the current edition of BS7671 of electrical installations.
United Kingdom-Stafford: Repair and maintenance services of electrical building installations
2019/S 130-319644
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Two Staffordshire Place
Stafford
ST16 2DH
United Kingdom
Contact person: Matt Sutton
E-mail: matthew.sutton@staffordshire.gov.uk
NUTS code: UKG2
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
IA1884 — Framework for the Provision of Periodic Fixed Electrical Testing and Inspection
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This framework requires the periodic electrical testing and inspection in accordance with the current edition of BS7671 of electrical installations within all properties under the administration of Staffordshire County Council. Properties will include schools, libraries, children’s centres, residential care homes, police authority and fire authority properties.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Varied.
II.2.4)Description of the procurement:
This framework requires the periodic electrical testing and inspection in accordance with the current edition of BS7671 of electrical installations within all properties under the administration of Staffordshire County Council. Properties will include schools, libraries, children’s centres, residential care homes, police authority and fire authority properties.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Renewals will begin 6 to 8 months prior to the contract end.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Please note other named parties or organisations are not responsible for this procedure, they are a named organisation who may call-off from the framework.
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
1) It is ‘mandatory’ that the suppliers have a current and valid assessment of the contractors Health and Safety Assessment Scheme (or can fully demonstrate equivalence of this standard) at the submission closing time/date deadline of the tender process;
2) It is ‘mandatory’ that suppliers hold an accreditation with CHAS (or an equivalent) qualified to the level/status of Principal Contractor and that this is clearly evidenced with your tender submission at the submission closing time/date deadline of the tender process;
3) All providers shall be positively accredited by Constructionline SILVER (or an equivalent) for the category appropriate to the project scope.
All valid/recognised accreditations must have already been reached, are clearly documented and can be evidenced at the submission closing time/date deadline of the tender. It is not acceptable for suppliers to state they are in the process of being accredited, being re-accredited, or have applied for accreditation.
Suppliers must have updated all 3rd party databases showing the correct category of work (with Constructionline or equivalent) and it is clearly documented and can be evidenced at the submission closing time/date deadline of the tender. It is not acceptable for suppliers to state they are in the process of being accredited, being re-accredited, or have applied for accreditation. It is not acceptable to have categories which are listed as suspended, irrelevant, pending, on hold, etc. (or similar).
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
Continued appointment to the Framework Agreement and subsequent call-off contracts are in accordance with suppliers adherence to pre-established, ongoing, key performance indicators. See the procurement documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Staffordshire County Council.
Limited to members of Staffordshire County Council.
Section VI: Complementary information
VI.1)Information about recurrence
It is envisaged that contract advert notices for the next Framework Agreement may be placed within the next 3 or 4 years. This cannot be guaranteed.
VI.2)Information about electronic workflows
VI.3)Additional information:
This is an electronic tender. All submission must be made via the formal Contracting Authority electronic tendering platform.
All requests for information to be sent through the electronic tendering portal and message facility on the Proactis electronic tendering system.
How to register — follow the link to Proactis electronic tendering: https://supplierlive.proactisp2p.com/Account/Login
If you require urgent assistance regarding the initial usage of the e-Tendering package please contact the Contracting Authority point-of-contact in Section I.1) of this notice. On failure to reach this contact, please immediately email the nature of the difficulty to commercial.team@staffordshire.gov.uk
This procurement is for a Framework Agreement between the appointed providers(s) and the Contracting Authority, to supply predominately services on an ad hoc call-off basis, as and when required.
The Contracting Authority or its public sector partners/customers makes no guarantee as to the volume of business on offer or to be awarded, and any volumes given are indicative only and intended as a general guide.There is no commitment at the time of tendering from any parties outside of the Contracting Authority and this should be taken into consideration when bidding.
All framework management, post-tender, will be in accordance with the Public Contracts Regulations 2015. The call-off orders will be allocated by terms laid down in the framework. Please see the tender documentation for further details.
The Contracting Authority also reserves the right to operate a public tender or quotations outside of the framework where so required.
As part of the Governments National Procurement Strategy, collaborative working and supporting other Authorities now forms part of the Contracting Authority’s procurement remit. This agreement may be made available to other Contracting Authorities including without limitation Councils and Public Bodies within Staffordshire and neighboring geographical areas as prescribed by the NUTS codes in this notice. These will include Health and NHS Bodies, Local Authorities, Contracting Authorities, any other Government Department, Defence, Police and Emergency Services, Metropolitan/District Councils, Utilities, Educational Establishments, and Utilities, including the Contracting Authorities named in this notice. These organisations will be afforded third party rights or be named as beneficiaries under the contract or contracts where appropriate.
Financing/payment:
— payments may be made following acceptance by the banking agents of Staffordshire County Council.
Legal form of groups of providers:
— no special legal form is required by the grouping of providers but each provider will be required to become jointly or severally responsible for the contract before acceptance.
For reference the following website outlines the Contracting Authority’s policy on the Community Right to Challenge:
VI.4.1)Review body
Two Staffordshire Place
Stafford
ST16 2DH
United Kingdom
E-mail: matthew.sutton@staffordshire.gov.uk
VI.4.2)Body responsible for mediation procedures
Two Staffordshire Place
Stafford
ST16 2DH
United Kingdom
E-mail: matthew.sutton@staffordshire.gov.uk
VI.4.4)Service from which information about the review procedure may be obtained
Two Staffordshire Place
Stafford
ST16 2DH
United Kingdom
E-mail: matthew.sutton@staffordshire.gov.uk
VI.5)Date of dispatch of this notice: