Section one: Contracting authority
one.1) Name and addresses
Staffordshire County Council
Number 2 Staffordshire Place
Stafford
ST16 2LP
Contact
Michelle Davies
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
one.1) Name and addresses
Stafford Borough Council
Civic Centre, Riverside
Stafford
ST16 3AQ
Contact
Michelle Davies
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
one.1) Name and addresses
Cannock Chase District Council
Cannock Chase Council, Civic Centre, Beecroft Road
Cannock
WS11 1BG
Contact
Michelle Davies
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
one.1) Name and addresses
South Staffordshire Council
Wolverhampton Road, Codsal
South Staffordshire
WV8 1PX
Contact
Michelle Davies
michelle.davies@staffordshire.gov.uk
Country
United Kingdom
NUTS code
UKG2 - Shropshire and Staffordshire
Internet address(es)
Main address
Buyer's address
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