Opportunity

Electrical Contractor Works

  • Golding Homes Limited

F02: Contract notice

Notice reference: 2024/S 000-010933

Published 4 April 2024, 1:24pm



Section one: Contracting authority

one.1) Name and addresses

Golding Homes Limited

26 Turgis Close ME17 3HD

Maidstone

ME14 1ST

Email

procurement@goldinghomes.org.uk

Telephone

+44 7860602215

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.goldinghomes.org.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43067

one.3) Communication

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

https://www.mytenders.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk/

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

Electrical Contractor Works

two.1.2) Main CPV code

  • 45310000 - Electrical installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Electrical Inspection and Condition Report in communal and domestic properties, as well as any other Golding Homes owned address including commercial units and office.

Installation of LD2 system with domestic addresses, which include Aico Ei3028 (heat/co) in kitchen regardless of gas, Ei3024 (multi sensor fire alarm) in hallways and lounges, Ei3018 in rooms with gas boilers/appliances. All detection is to be interlinked with Ei3000MRF modules and Ei450 radio LINK alarm controller and on request Ei1000G for remote monitoring.

In the event there is already an LD2 system in situ, the system should only be renewed if detection expires within two years.

Golding Homes will require the next replacement date for all detection within the property to be provided monthly on jobs completed in excel format

Golding Homes will only accept satisfactory EICR, therefore all Cat1 and cat 2 must be completed at the time of inspection, if not make a mutually agreeable appointment with the customer to rectify

Under no circumstances must a property be left with a category 1 fault

Assisting the clients DSO with emergencies from time to time should the need arise, this will include repairs/replacements.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45315100 - Electrical engineering installation works
  • 51110000 - Installation services of electrical equipment
  • 71314100 - Electrical services

two.2.3) Place of performance

NUTS codes
  • UKJ4 - Kent

two.2.4) Description of the procurement

Electrical Inspection and Condition Report in communal and domestic properties, as well as any other Golding Homes owned address including commercial units and office.

Installation of LD2 system with domestic addresses, which include Aico Ei3028 (heat/co) in kitchen regardless of gas, Ei3024 (multi sensor fire alarm) in hallways and lounges, Ei3018 in rooms with gas boilers/appliances. All detection is to be interlinked with Ei3000MRF modules and Ei450 radio LINK alarm controller and on request Ei1000G for remote monitoring.

In the event there is already an LD2 system in situ, the system should only be renewed if detection expires within two years.

Golding Homes will require the next replacement date for all detection within the property to be provided monthly on jobs completed in excel format

Golding Homes will only accept satisfactory EICR, therefore all Cat1 and cat 2 must be completed at the time of inspection, if not make a mutually agreeable appointment with the customer to rectify

Under no circumstances must a property be left with a category 1 fault

Assisting the clients DSO with emergencies from time to time should the need arise, this will include repairs/replacements.

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2 x 12 months intervals

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: No

four.2) Administrative information

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

Date

7 May 2024

Local time

5:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 May 2024

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231713.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:231713)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit