Tender

Tender 02/2021 - Appointment of Electrical Contractor to carry out General Electrical Maintenance, Repair and Minor Electrical Works

  • Newry, Mourne & Down District Council

F02: Contract notice

Notice identifier: 2021/S 000-011361

Procurement identifier (OCID): ocds-h6vhtk-02b3d3

Published 21 May 2021, 3:59pm



Section one: Contracting authority

one.1) Name and addresses

Newry, Mourne & Down District Council

Monaghan Row

NEWRY

BT358DJ

Contact

Seamus McGeoghegan

Email

seamus.mcgeoghegan@nmandd.org

Country

United Kingdom

NUTS code

UKN0 - Northern Ireland

Internet address(es)

Main address

https://www.newrymournedown.org/procurement-and-tenders

Buyer's address

https://www.newrymournedown.org/procurement-and-tenders

one.3) Communication

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

https://www.newrymournedown.org/procurement-and-tenders

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.newrymournedown.org/procurement-and-tenders

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

Tender 02/2021 - Appointment of Electrical Contractor to carry out General Electrical Maintenance, Repair and Minor Electrical Works

Reference number

02/2021

two.1.2) Main CPV code

  • 50800000 - Miscellaneous repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Newry, Mourne and Down District Council (the Council) wish to engage a suitable and experienced electrical contractor for the provision of a 3-year electrical maintenance facilities management contract for all Council properties across the district.

The contract has two distinct work streams. Firstly, there will be day to day general electrical maintenance tasks, and secondly there will be a requirement to undertake minor electrical works projects. General electrical maintenance tasks will be the bulk of the contract both in terms of the number of work requests, time commitment and overall cost of the contract. Work requests will be undertaken during normal working hours (Monday to Friday 8am to 5pm) but there will be occasions when work must take place outside these hours due to operational needs.

Typical day to day general electrical maintenance tasks include lighting repairs (internal and external), checking faulty electric sockets or damaged sockets. An example of a minor electrical works projects would be the installation of a mini-pillar.

The expected annual spend on the contract is £150,000 with two thirds of this spend expected to be on general maintenance tasks. As part of the general electrical maintenance tasks the appointed Contractor will be required to meet key performance indicators concerning response times to requests and they must also provide an out of hours emergency response service.

The appointed Contractor will be a National Inspection Council for Electrical Installation Contracting (NICEIC) Approved Electrical Contractor and they must operate a Licence to Practice system. They will be able to demonstrate that they have delivered similar contracts in the past five years.

two.1.5) Estimated total value

Value excluding VAT: £450,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 50800000 - Miscellaneous repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKN08 - Newry, Mourne and Down
Main site or place of performance

Within the geographical area of Newry, Mourne & Down District Council.

two.2.4) Description of the procurement

• The Council has 184 buildings to maintain, all of which have electrical services requiring competent electrical maintenance to ensure the buildings remain electrically functional and safe. In addition, it has many electrical services to maintain outside buildings, external street lighting, cameras, external electrical gates etc.

• The contract will be awarded for an initial one-year period with the possibility of extension for a further two one-year extension periods subject to budget availability and continual acceptable performance by the Contractor.

• It is anticipated that an available budget of £150,000 ex. VAT will be available to undertake the task for this tender per annum, i.e. £450,000 in total.

• Where an individual work request under this contract is expected to exceed £5,000 the Council may tender for this work separately.

• The rates quoted for all labour categories and all equipment costs in the pricing submission are the rates that the Contractor will invoice the Council for Year 1 of the contract.

• After the initial one-year period, should the Council choose to extend the contract, the tendered prices, as submitted in the pricing document will be adjusted annually, at the time of review, based on the Consumer Prices Index (CPI) 12-month rate as published by the Office for National Statistics (ONS).

• The cost of all electrical components (see Section 5 of Pricing Document) used by the Contractor during contract shall be itemised on invoices and costed at market value at the time of work being completed.

• Payments will be made based on monthly invoices issued and subject to works being agreed prior to completion and completed in accordance with the specification.

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: £450,000

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

Duration in months

36

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

Refer to documentation


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

Refer to documentation

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


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: Yes

four.2) Administrative information

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

Date

25 June 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

25 June 2021

Local time

1:00pm


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

Royal Courts of Justice

Belfast

BT1 3JF

Telephone

+44 2890235111

Country

United Kingdom