Section one: Contracting authority
one.1) Name and addresses
Chesterfield Borough Council
Town Hall, Rose Hill
Chesterfield
S40 1LP
Contact
Mr Richard Williams
richard.williams@chesterfield.gov.uk
Telephone
+44 0
Country
United Kingdom
Region code
UKF1 - Derbyshire and Nottinghamshire
Internet address(es)
Main address
https://www.chesterfield.gov.uk
Buyer's address
https://www.chesterfield.gov.uk
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=b61ccb8d-8fd4-ee11-8127-005056b64545
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=b61ccb8d-8fd4-ee11-8127-005056b64545
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
Invitation to Tender for the Provision for Electric installation condition report and minor repairs for Chesterfield Borough Council housing stock.
Reference number
DN712766
two.1.2) Main CPV code
- 71600000 - Technical testing, analysis and consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The Electrical Installation Condition Report will take place in the Chesterfield Borough Councils housing stock. There is a Circa of 8700 Council owned properties on a 5-year repeated cycle.
Our primary responsibility is to ensure that all properties within our housing stock are maintained at the highest safety standards. To achieve this, the Council mandates Electrical Installation Condition Report (EICR) testing for all domestic properties, whether they are occupied or vacant.
This rigorous EICR testing process is integral to our commitment to resident safety. It involves comprehensive assessments of electrical installations, identifying potential hazards, and ensuring compliance with safety regulations. By conducting these tests, we guarantee that our housing stock remains secure, reducing the risk of electrical accidents, fires, and related hazards. Moreover, it is essential for our duty of care to both our current tenants and future occupants.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45311000 - Electrical wiring and fitting work
two.2.3) Place of performance
NUTS codes
- UKF1 - Derbyshire and Nottinghamshire
two.2.4) Description of the procurement
The Contractor is responsible for conducting periodic inspections and testing of existing electrical installations. The work is expected to ensure the safety of individuals, animals, and property, comply with the IEE Wiring Regulations 18th Edition (BS7671:2018), and identify any installation defects or non-compliance with the regulations. Testing procedures must cover various aspects, including continuity, insulation resistance, polarity, earth electrode resistance, automatic disconnection, earth loop impedance, prospective fault current, functional testing, and voltage drop verification.
The contractor will be required to replace existing Smoke and or Carbon monoxide detectors if during the test they are found to be out of date or that will become out of date within 12 months of the EICR being carried out. The replaced detector must be returned to the Contract administrator.
The following clauses detail the method and minimum standard of procedure to be adopted, for electrical inspection, testing and verification of existing installations. All items that are relevant must be adhered to and permission to deviate from any clauses must be obtained in writing from the Contract Administrator prior to commencing the work.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
1 June 2029
This contract is subject to renewal
No
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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
8 April 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 February 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom