Tender

Invitation to Tender for the Provision for Electric installation condition report and minor repairs for Chesterfield Borough Council housing stock.

  • Chesterfield Borough Council

F02: Contract notice

Notice identifier: 2024/S 000-006064

Procurement identifier (OCID): ocds-h6vhtk-043cbe

Published 26 February 2024, 10:42am



Section one: Contracting authority

one.1) Name and addresses

Chesterfield Borough Council

Town Hall, Rose Hill

Chesterfield

S40 1LP

Contact

Mr Richard Williams

Email

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