Opportunity

TC14 - Inspection, Testing and Remedial Works for Electrical Installations Tender

  • Southend-on-Sea Borough Council
  • South Essex Homes Ltd

F02: Contract notice

Notice reference: 2021/S 000-000056

Published 4 January 2021, 4:59pm



Section one: Contracting authority

one.1) Name and addresses

Southend-on-Sea Borough Council

Civic Centre, Victoria Avenue

Southend on Sea

SS2 6ER

Contact

Ms Liz Green

Email

eprocurement@southend.gov.uk

Telephone

+44 1702215459

Country

United Kingdom

NUTS code

UKH31 - Southend-on-Sea

Internet address(es)

Main address

http://www.southend.gov.uk/

Buyer's address

http://www.southend.gov.uk/

one.1) Name and addresses

South Essex Homes Ltd

Civic Centre, Victoria Avenue

Southend on Sea

Email

eprocurement@southend.gov.uk

Country

United Kingdom

NUTS code

UKH31 - Southend-on-Sea

Internet address(es)

Main address

https://procurement.southend.gov.uk/

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=a38cca6a-be4a-eb11-8106-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=a38cca6a-be4a-eb11-8106-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

TC14 - Inspection, Testing and Remedial Works for Electrical Installations Tender

Reference number

DN515468

two.1.2) Main CPV code

  • 50711000 - Repair and maintenance services of electrical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Southend Borough Council is carrying out this procurement exercise in the form of a Restricted Tender for the Provision of Inspection, Testing and Remedial Works for Electrical Installations, on behalf and for Southend Borough Council and South Essex Homes under a Framework Agreement, to establish Measured Term Contracts, for the contracting authorities. The procurement will also appoint Framework Suppliers to a lot for future mini-competitions for higher value electrical remedial and installation services.

This provision is broken down into the following lots:

Lot 1: Electrical Fixed Wire Testing and PAT Testing for all Public Buildings within the Borough

Lot 2: Electrical Remedial and 24 hour Responsive Repair Service below the value of £5,000 per order

Lot 3:` Electrical Remedial and Installations above the value of £5,000 per order for use by Southend Borough Council and South Essex Homes. This Lot will incorporate call-off contracts through a mini-competition procedure with no guarantee of any works being awarded.

Suitably qualified and experienced organisations can apply for more than one lot, but if successful for more than one Lot (including Lot 1), tenderers must take the decision which Lot/s they wish to accept.

two.1.5) Estimated total value

Value excluding VAT: £3,400,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
3

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

This provision is broken down into the following three lots:

Lot 1: Electrical Fixed Wire Testing and PAT Testing for all Public Buildings within the Borough

Lot 2: Electrical Remedial and 24 hour Responsive Repair Service below the value of £5,000 per order

Lot 3:` Electrical Remedial and Installations above the value of £5,000 per order for use by Southend Borough Council and South Essex Homes. This Lot will incorporate call-off contracts through a mini-competition procedure with no guarantee of any works being awarded.

two.2) Description

two.2.1) Title

Lot 1: Electrical Fixed Wire Testing and PAT Testing for all Public Buildings within the Borough of Southend on Sea

Lot No

1

two.2.2) Additional CPV code(s)

  • 71314100 - Electrical services
  • 71630000 - Technical inspection and testing services

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

The Public Building portfolio of the Council comprises a large variety of building types including theatres, museums, libraries, parks buildings, office blocks and Heritage buildings and structures such as Southend Pier.

Maintenance of these buildings is undertaken by the Council via external contractors.

This Lot is for Electrical Fixed Wire Inspection and Testing and PAT Testing only.

The remedial works will be undertaken under Lot 2 and 3.

The Council has concluded that its requirements are best achieved by appointing 1 contractor to deliver this service.

Please Note: tenderers may apply for more than one lot, but if successful for more than one Lot (including Lot 1), tenderers must take the decision which Lot/s they wish to accept. The reason SBC have taken this decision is that we feel it is prudent to ensure the Lot 1 – Company carrying out the Fixed Wire Testing Reports that identify the remedial repairs is not the same Company who will be carrying out the repairs under Lot 2 or 3.

For the avoidance of doubt, if a tenderer bids for Lot 1, and any combination of Lot 2 and/or 3, and is successful for Lot 1, and any other lot, then the tenderer will be asked to choose their preferred Lot. For example, if Company 1 is successful for Lot 1, Lot 2 and Lot 3 they will be offered the choice to be appointed for Lot 1 only or to be appointed for Lot 2 and to be one of the 5 suppliers on Lot 3.

If Company 1 elects to be appointed for Lot 1 then their scores for Lot 2 and Lot 3 will be removed from the tender evaluation process for Lot 2 and Lot 3. If Company 1 elects to be appointed for Lot 2 and Lot 3 then their score for Lot 1 will be removed from the evaluation process for Lot 1.

Tenderers can apply for one or more of Lots 2 and/or 3 and may be successful for more than one lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30%

Price - Weighting: 70%

two.2.6) Estimated value

Value excluding VAT: £150,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Applicants will be assessed on the quality and scores of their responses to the Supplier Questionnaire and the Contract Specific Questionnaire as outlined in the 'Instructions to Candidates for Stage 1; The Supplier Questionnaire Stage' for this Tender.

Subject to the Number of Candidates and their respective scoring: the Client reserves the right to alter the number of Candidates invited to tender. Examples of this include, but are not limited to:

if there is a substantial scoring gap between Candidates 4 and 5 or if there is negligible scoring difference between Candidates 5 and 6. In the event of either of these examples occurring 4 or 6 may be invited through to Stage 2 respectively.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

For more information and to respond to this opportunity please go to https://procontract.due-north.com; id no. DN515468

two.2) Description

two.2.1) Title

Lot 2: Electrical Remedial Repairs and 24 hour Responsive Repair Service below the value of £5,000 per order

Lot No

2

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

The Public Building portfolio of the Council comprises a large variety of building types including theatres, museums, libraries, parks buildings, office blocks and Heritage buildings and structures such as Southend Pier.

Maintenance of these buildings is undertaken by the Council via external contractors.

This Lot is for Borough Wide electrical remedial repairs and a 24 hour responsive repair and maintenance service for orders valued below £5,000 per order.

The Council has concluded that its requirements are best achieved by appointing 1 contractor to deliver this service.

Please Note: tenderers may apply for more than one lot, but if successful for more than one Lot (including Lot 1), tenderers must take the decision which Lot/s they wish to accept. The reason SBC have taken this decision is that we feel it is prudent to ensure the Lot 1 – Company carrying out the Fixed Wire Testing Reports that identify the remedial repairs is not the same Company who will be carrying out the repairs under Lot 2 or 3.

For the avoidance of doubt, if a tenderer bids for Lot 1, and any combination of Lot 2 and/or 3, and is successful for Lot 1, and any other lot, then the tenderer will be asked to choose their preferred Lot. For example, if Company 1 is successful for Lot 1, Lot 2 and Lot 3 they will be offered the choice to be appointed for Lot 1 only or to be appointed for Lot 2 and to be one of the 5 suppliers on Lot 3.

If Company 1 elects to be appointed for Lot 1 then their scores for Lot 2 and Lot 3 will be removed from the tender evaluation process for Lot 2 and Lot 3. If Company 1 elects to be appointed for Lot 2 and Lot 3 then their score for Lot 1 will be removed from the evaluation process for Lot 1.

Tenderers can apply for one or more of Lots 2 and/or 3 and may be successful for more than one lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £250,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Applicants will be assessed on the quality and scores of their responses to the Supplier Questionnaire and the Contract Specific Questionnaire as outlined in the 'Instructions to Candidates for Stage 1; The Supplier Questionnaire Stage' for this Tender.

Subject to the Number of Candidates and their respective scoring: the Client reserves the right to alter the number of Candidates invited to tender. Examples of this include, but are not limited to:

if there is a substantial scoring gap between Candidates 4 and 5 or if there is negligible scoring difference between Candidates 5 and 6. In the event of either of these examples occurring 4 or 6 may be invited through to Stage 2 respectively.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

For more information and to respond to this opportunity please go to https://procontract.due-north.com; id no. DN515468

two.2) Description

two.2.1) Title

Lot 3:` Electrical Remedial and Installations above the value of £5,000 per order

Lot No

3

two.2.2) Additional CPV code(s)

  • 45311000 - Electrical wiring and fitting work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45317000 - Other electrical installation work
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51110000 - Installation services of electrical equipment

two.2.3) Place of performance

NUTS codes
  • UKH31 - Southend-on-Sea

two.2.4) Description of the procurement

The Public Building portfolio of the Council comprises a large variety of building types including theatres, museums, libraries, parks buildings, office blocks and Heritage buildings and structures such as Southend Pier. The Domestic Building portfolio of South Essex Homes Ltd include high rise blocks, housing estates and sheltered accommodation.

Maintenance of these buildings is undertaken by the Council and South Essex Homes via external contractors.

This Lot is for Borough Wide electrical remedial works and electrical installations for orders valued above £5,000 per order and is intended to be mainly used for works on the Public Building Portfolio. South Essex Homes may make use of the Framework for some electrical installations

The Council and South Essex Homes have concluded that its requirements are best achieved by appointing 5 contractor to deliver this service by way of call off contracts through mini-competition procedures with no guarantee of any works being awarded.

Please Note: tenderers may apply for more than one lot, but if successful for more than one Lot (including Lot 1), tenderers must take the decision which Lot/s they wish to accept. The reason SBC have taken this decision is that we feel it is prudent to ensure the Lot 1 – Company carrying out the Fixed Wire Testing Reports that identify the remedial repairs is not the same Company who will be carrying out the repairs under Lot 2 or 3.

For the avoidance of doubt, if a tenderer bids for Lot 1, and any combination of Lot 2 and/or 3, and is successful for Lot 1, and any other lot, then the tenderer will be asked to choose their preferred Lot. For example, if Company 1 is successful for Lot 1, Lot 2 and Lot 3 they will be offered the choice to be appointed for Lot 1 only or to be appointed for Lot 2 and to be one of the 5 suppliers on Lot 3.

If Company 1 elects to be appointed for Lot 1 then their scores for Lot 2 and Lot 3 will be removed from the tender evaluation process for Lot 2 and Lot 3. If Company 1 elects to be appointed for Lot 2 and Lot 3 then their score for Lot 1 will be removed from the evaluation process for Lot 1.

Tenderers can apply for one or more of Lots 2 and/or 3 and may be successful for more than one lot.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Price - Weighting: 80%

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

Applicants will be assessed on the quality and scores of their responses to the Supplier Questionnaire and the Contract Specific Questionnaire as outlined in the 'Instructions to Candidates for Stage 1; The Supplier Questionnaire Stage' for this Tender.

Subject to the Number of Candidates and their respective scoring: the Client reserves the right to alter the number of Candidates invited to tender. Examples of this include, but are not limited to:

if there is a substantial scoring gap between Candidates 9 and 10 or if there is negligible scoring difference between Candidates 10 and 11. In the event of either of these examples occurring 9 or 11 may be invited through to Stage 2 respectively.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

For more information and to respond to this opportunity please go to https://procontract.due-north.com; id no. DN515468


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 5

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The duration of this contract is 5 years as Lot 1 - Electrical Inspection and Testing will cover the 5 year cyclical testing programme which is a compliance requirement for Public Buildings. Lots 2 and 3 will cover the remedial repairs identified under Lot 1.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 February 2021

Local time

3:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

25 February 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Country

United Kingdom