Tender

bpha Electrical Services Contract

  • bpha

F02: Contract notice

Notice identifier: 2023/S 000-006958

Procurement identifier (OCID): ocds-h6vhtk-03b114

Published 9 March 2023, 4:24pm



The closing date and time has been changed to:

11 April 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

bpha

Bedford Heights, Head office, Manton Lane

Bedford

MK41 7BJ

Contact

Maaz Ussen

Email

maaz@echelonconsultancy.co.uk

Telephone

+44 1707339800

Country

United Kingdom

Region code

UKH2 - Bedfordshire and Hertfordshire

National registration number

IP26751R

Internet address(es)

Main address

https://www.bpha.org.uk/

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