Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
Contact
Mrs Ann Spence
ann.spence@buckinghamshire.gov.uk
Country
United Kingdom
Region code
UKJ13 - Buckinghamshire CC
Internet address(es)
Main address
https://www.buckinghamshire.gov.uk/
Buyer's address
https://www.supplybucksbusiness.org.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.supplybucksbusiness.org.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.supplybucksbusiness.org.uk/
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
Tender for the Provision of a Planned Maintenance Service for Hardwire Electrical Testing Services
Reference number
DN643001
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
Buckinghamshire Council is seeking an experienced supplier to deliver its Planned Maintenance Service for Hardwire Electrical Testing Services.
This service includes the provision of the following elements:
• Statutory Compliance
• The Electrical Testing part of Planned Preventative Maintenance (PPM)
• Single Point of Contact and Emergency 24/7 Call Out Facility
The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate , County Parks Estate
The principal elements for the testing are all electrical circuits, distribution panels and mains intakes within each contracted premises.
two.1.5) Estimated total value
Value excluding VAT: £910,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ13 - Buckinghamshire CC
Main site or place of performance
Buckinghamshire
two.2.4) Description of the procurement
Buckinghamshire Council is seeking an experienced supplier to deliver its Planned Maintenance Service for Hardwire Electrical Testing Services.
This service includes the provision of the following elements:
• Statutory Compliance
• The Electrical Testing part of Planned Preventative Maintenance (PPM)
• Single Point of Contact and Emergency 24/7 Call Out Facility
The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate , County Parks Estate
The principal elements for the testing are all electrical circuits, distribution panels and mains intakes within each contracted premises.
Reactive and minor works are NOT provided under this contract.
The Council requires a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific.
Following the formal unification of 5 former councils (namely Buckinghamshire County Council, Aylesbury Vale District Council, Chiltern District Council, South Bucks District Council and Wycombe District Council) in April 2020, the Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term.
Suppliers must be registered with the appropriate confederation or association related to the respective trades involved, eg: NICEIC or ECA. In addition suppliers must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services.
The contract start date is anticipated to be 1st October 2023. The initial term will be for three years with an option to extend for a further 24 months.
TUPE may apply to this contract.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £910,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
An option to extend for a period, or consecutive periods, of up to 24 months.
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:
See Selection Questionnaire
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
An option to extend for a period, or consecutive periods, of up to 24 months.
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
The contract value covers the initial 36 month contract term and an additional 24 months. This value is estimated using the average cost per annum based on a 5-year estimated contract spend.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Suppliers must be registered with the appropriate confederation or association related to the respective trades involved, eg: NICEIC or ECA. In addition suppliers must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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
1 March 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 March 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court
The Royal Courts of Justice
London
WC2A 2LL
Telephone
+44 20794760000
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a standstill period at the point when information on the award of the contract is communicated to tenderers. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)