Tender

FRAMEWORK FOR SERVICE & MAINTENANCE OF EMERGENCY LIGHTING AND ASSOCIATED BATTERY SYSTEMS

  • Staffordshire County Council
  • Stafford Borough Council
  • Cannock Chase District Council
  • South Staffordshire Council

F02: Contract notice

Notice identifier: 2021/S 000-007437

Procurement identifier (OCID): ocds-h6vhtk-02a47e

Published 9 April 2021, 4:24pm



The closing date and time has been changed to:

18 May 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Staffordshire County Council

Number 2 Staffordshire Place

Stafford

ST16 2LP

Contact

Michelle Davies

Email

michelle.davies@staffordshire.gov.uk

Telephone

+44 1785277116

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.staffordshire.gov.uk

Buyer's address

https://www.proactisplaza.com

one.1) Name and addresses

Stafford Borough Council

Civic Centre, Riverside

Stafford

ST16 3AQ

Contact

Michelle Davies

Email

michelle.davies@staffordshire.gov.uk

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.staffordbc.gov.uk/

Buyer's address

https://www.proactisplaza.com

one.1) Name and addresses

Cannock Chase District Council

Cannock Chase Council, Civic Centre, Beecroft Road

Cannock

WS11 1BG

Contact

Michelle Davies

Email

michelle.davies@staffordshire.gov.uk

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.cannockchasedc.gov.uk

Buyer's address

https://www.proactisplaza.com

one.1) Name and addresses

South Staffordshire Council

Wolverhampton Road, Codsal

South Staffordshire

WV8 1PX

Contact

Michelle Davies

Email

michelle.davies@staffordshire.gov.uk

Country

United Kingdom

NUTS code

UKG2 - Shropshire and Staffordshire

Internet address(es)

Main address

https://www.sstaffs.gov.uk/

Buyer's address

https://www.proactisplaza.com

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://supplierlive.proactisp2p.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com

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

FRAMEWORK FOR SERVICE & MAINTENANCE OF EMERGENCY LIGHTING AND ASSOCIATED BATTERY SYSTEMS

Reference number

IA2363

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this Framework Agreement is to ensure that all Emergency Lighting and Associated Battery systems are maintained in a safe and operational condition through a process involving inspection and testing at various properties. The systems to be covered by this Framework are both self-contained and central battery systems. This is a Service Only contract. Only repair/remedial works that have been authorised by the budget holder will be chargeable during routine maintenance visits and call outs. For further detail please refer to the Specification.

Please note this is a Single Supplier Framework.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 75000000 - Administration, defence and social security services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Staffordshire

two.2.4) Description of the procurement

The tender opportunity will be undertaken through the Authority's e-tendering system 'Proactis'.

Please do not contact the Buyer direct.

Suppliers should set up a profile on Proactis by completing their company details first. Then registering their interest to this specific tender opportunity by searching under reference IA2363.

Any questions regarding this opportunity should go through the 'message function'.

Please note Stafford Borough Council, Cannock Chase District and South Staffordshire Council are not responsible for this procedure, they are a named organisation who may call off from the

Framework.

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: £500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2021

End date

31 July 2025

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: Yes

Description of options

Options to extend for a further 2 x 12 month to the 31st July 2024 and 31st July 2025.

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Staffordshire County Council require its successful Supplier to have ongoing 3rd party accreditations which meet the following requirements during the term of the Framework:

1. To have a compliant Health & Safety accreditation performed by a Safety Schemes in Procurement (‘SSIP’). For more information refer to the link https://ssip.org.uk/members/#

2: Valid and compliant member of an independent pre-qualification accrediting body. for example, Constructionline (accredited to a minimum membership level of ‘SILVER’) or other equivalent bodies, offer such a service.

Note 1 - the accrediting bodies must allow for annual refreshes/vetting of the Supplier in the areas above

Note 2 - where brand names are mentioned, the Authority will consider equivalents

Note 3 - evidence of the above accreditations MUST be provided to the Authority by successful Supplier prior to Contract Award

3: Please evidence the tenderer (or their electrical sub-contractor) is a member of the NICEIC or ECA.

As a minimum the contract requires 1 contract manager and 3 operatives:

4: Contract Manager Requirement: Must be able to demonstrate a suitable level of training and understanding of wastewater treatment e.g. British Water Wastewater Treatment Plant Accredited Technician.

Operative Requirement: Three Operatives must have a relevant wastewater training qualification e.g. British water certificate of knowledge BW1)

5: The Contract Manager and all three operatives must evidence training & qualifications obtained within the past 3 years (from the ITT closing date) to demonstrate an understanding of safe working in medium risk confined spaces. The course must contain a practical training element.

6: A minimum of two electrically qualified staff members or subcontract staff are required to evidence their competency working on 3 phase electrical equipment must.

7: The tenderer must ensure that all site staff operate safely whilst undertaking their work to protect themselves and those affected by their work. All site staff must have undertaken recent Asbestos Awareness training within the last 12 months from the ITT closing date.

The Contract Manager, 3 Operatives and the Electrical Sub-Contractor (if used) all need to meet this requirement.

8: The tenderer must ensure that all site staff operate safely whilst undertaking their work to protect themselves and those affected by their work. All site staff must have undertaken recent Working at Heights training within the past 5 years from the ITT closing date.

The Contract Manager, 3 Operatives and the Electrical Sub-Contractor (if used) all need to meet this requirement.

9: All staff working on this contract must have a standard DBS check

PLEASE REFER TO THE PROCUREMENT DOCUMENTATION FOR MORE DETAILS

three.2) Conditions related to the contract

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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

11 May 2021

Local time

12:00pm

Changed to:

Date

18 May 2021

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

11 May 2021

Local time

12:30pm


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

Staffordshire County Council

Number 2 Stafford Place

Stafford

ST16 2LP

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Staffordshire County Council

Number 2 Stafford Place

Stafford

ST16 2LP

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Staffordshire County Council

Number 2 Stafford Place

Stafford

ST16 2LP

Country

United Kingdom