Section one: Contracting authority
one.1) Name and addresses
bpha
Bedford Heights, Head office, Manton Lane
Bedford
MK41 7BJ
Contact
Maaz Ussen
Telephone
+44 1707339800
Country
United Kingdom
Region code
UKH2 - Bedfordshire and Hertfordshire
National registration number
IP26751R
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45191
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=60178&B=ECHELON
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=60178&B=ECHELON
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
bpha Electrical Services Contract
Reference number
Ech 1214
two.1.2) Main CPV code
- 71314100 - Electrical services
two.1.3) Type of contract
Services
two.1.4) Short description
bpha is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of electrical services. The contract will be awarded to a single Service Provider under a 5-year TAC Terms Alliance Contract (with break clauses). bpha is following a Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a Selection Questionnaire and its associated appendices. Full details of all the requirements and how to participate are included in the procurement, SQ and Tender documents.
two.1.5) Estimated total value
Value excluding VAT: £11,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 09300000 - Electricity, heating, solar and nuclear energy
- 09331000 - Solar panels
- 09332000 - Solar installation
- 31220000 - Electrical circuit components
- 31600000 - Electrical equipment and apparatus
- 31680000 - Electrical supplies and accessories
- 31681000 - Electrical accessories
- 31681200 - Electric pumps
- 31681400 - Electrical components
- 31681410 - Electrical materials
- 34144900 - Electric vehicles
- 34928500 - Street-lighting equipment
- 34928530 - Street lamps
- 35120000 - Surveillance and security systems and devices
- 35121000 - Security equipment
- 38431200 - Smoke-detection apparatus
- 38432300 - Smoke-analysis apparatus
- 39141000 - Kitchen furniture and equipment
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39715100 - Electric instantaneous or storage water heaters and immersion heaters
- 39715220 - Electric heating resistors
- 39720000 - Non-electric domestic appliances
- 39721300 - Non-electric air heaters or hot air-distributors
- 39721400 - Instantaneous or storage non-electric water heaters
- 42122130 - Water pumps
- 42122161 - Cooling-water pumps
- 42122220 - Sewage pumps
- 42160000 - Boiler installations
- 42521000 - Smoke-extraction equipment
- 42996000 - Machinery for the treatment of sewage
- 44111530 - Electrical insulating fittings
- 44221240 - Garage doors
- 44221300 - Gates
- 44221310 - Access gates
- 44522200 - Keys
- 44620000 - Central-heating radiators and boilers and parts
- 44621200 - Boilers
- 45211310 - Bathrooms construction work
- 45232420 - Sewage work
- 45232421 - Sewage treatment works
- 45232423 - Sewage pumping stations construction work
- 45261215 - Solar panel roof-covering work
- 45261420 - Waterproofing work
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 45311100 - Electrical wiring work
- 45311200 - Electrical fitting work
- 45312320 - Television aerial installation work
- 45312330 - Radio aerial installation work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45317000 - Other electrical installation work
- 45331110 - Boiler installation work
- 45421148 - Installation of gates
- 45421151 - Installation of fitted kitchens
- 50232100 - Street-lighting maintenance services
- 50531100 - Repair and maintenance services of boilers
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 50610000 - Repair and maintenance services of security equipment
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
- 51100000 - Installation services of electrical and mechanical equipment
- 51110000 - Installation services of electrical equipment
- 60440000 - Aerial and related services
- 65320000 - Operation of electrical installations
- 71317200 - Health and safety services
- 71317210 - Health and safety consultancy services
- 71630000 - Technical inspection and testing services
- 71632000 - Technical testing services
- 90410000 - Sewage removal services
- 90420000 - Sewage treatment services
- 98395000 - Locksmith services
two.2.3) Place of performance
NUTS codes
- UKH2 - Bedfordshire and Hertfordshire
Main site or place of performance
Bedfordshire
two.2.4) Description of the procurement
bpha is seeking expressions of interest from suitably skilled and experienced suppliers for the delivery of electrical services. The contract will be awarded to a single Service Provider under a 5-year TAC Terms Alliance Contract (with break clauses). The estimated annual value of the Contract is c. £2.2m
bpha is following a Restricted procurement procedure in accordance with the Public Contracts Regulations 2015. Under the first stage of the process, prospective bidders are required to complete a Selection Questionnaire and its associated appendices. Following evaluation of submitted SQs, bpha anticipates shortlisting six bidders to be Invited to Tender under the second stage of the process. bpha reserve the right to increase this by one or two. Following evaluation of Final Tenders, bpha intends to award the Contract to a single contractor. Full details of the requirements and instructions are included in the procurement and Tender documents.
two.2.5) Award criteria
Cost criterion - Name: Cost / Weighting: 40
Cost criterion - Name: Quality / Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £11,000,000
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
Envisaged number of candidates: 6
Objective criteria for choosing the limited number of candidates:
As set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract will be awarded to a single Service Provider under a 5-year TAC Terms Alliance Contract (with break clauses).
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
Prospective bidders should note that TUPE will apply to the contract. Prospective bidders are advised to seek their own independent advice about the implications of TUPE.
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
As detailed in the procurement and Tender documents.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the procurement and Tender documents.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
Originally published as:
Date
10 April 2023
Local time
12:00pm
Changed to:
Date
11 April 2023
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 April 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: 9 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Contracting Authority reserves the right to cancel the procurement and not to proceed with the contract at any stage of the procurement process. The Contracting Authority also reserves the right not to award the contract. Neither the Contracting Authority nor any person on whose behalf of whom this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the contract.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
70 Whitehall
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will observe a 10-day stand still period following the award of the
contract and conduct itself in respect of any appeals in accordance with the Public Contracts Regulations 2015 (as amended).
six.4.4) Service from which information about the review procedure may be obtained
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom