Opportunity

Periodic Electrical Inspection, Testing And Reporting

  • NHS Highland

F02: Contract notice

Notice reference: 2024/S 000-011931

Published 12 April 2024, 11:07am



Section one: Contracting authority

one.1) Name and addresses

NHS Highland

Assynt House, Beechwood Park

Inverness

IV2 3BW

Email

nhsh.tenders@nhs.scot

Telephone

+44 7929069647

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.nhshighland.scot.nhs.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00302

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Periodic Electrical Inspection, Testing And Reporting

Reference number

HH068-23-HB

two.1.2) Main CPV code

  • 71630000 - Technical inspection and testing services

two.1.3) Type of contract

Services

two.1.4) Short description

NHS Highland (NHSH) requires 5 Yearly Electrical Installation Condition Reporting of all buildings NHS Highland holds responsibility for both North Highland and Argyll and Bute.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Periodic Electrical Inspection, Testing and Reporting, North Highland Properties

Lot No

1

two.2.2) Additional CPV code(s)

  • 71314100 - Electrical services
  • 45317000 - Other electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands

two.2.4) Description of the procurement

NHS Highland (NHSH) has a duty of care under the Health and Safety at Work Act 1974 and specific duties under the Electricity at Work Regulations 1989, with an obligation to ensure the provision of safe electrical plant systems and to provide adequate maintenance to ensure continued safety. This duty applies to the maintenance of Emergency Standby Generators, where failure to adequately maintain could put critical systems within NHSH Sites at risk. The objective is to maintain a robust emergency system to ensure continued electrical services in the event of mains supply electricity failure. This lot is specifically for North Highland.

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

Start date

26 August 2024

End date

25 August 2029

This contract is subject to renewal

Yes

Description of renewals

Two (2) Years with the option to extend of up to a further three (3) Twelve (12) month extensions.

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

two.2) Description

two.2.1) Title

Lot 2 - Periodic Electrical Inspection, Testing and Reporting, Argyll and Bute Properties

Lot No

2

two.2.2) Additional CPV code(s)

  • 45317000 - Other electrical installation work
  • 71314100 - Electrical services

two.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands

two.2.4) Description of the procurement

NHS Highland (NHSH) has a duty of care under the Health and Safety at Work Act 1974 and specific duties under the Electricity at Work Regulations 1989, with an obligation to ensure the provision of safe electrical plant systems and to provide adequate maintenance to ensure continued safety. This duty applies to the maintenance of Emergency Standby Generators, where failure to adequately maintain could put critical systems within NHSH Sites at risk. The objective is to maintain a robust emergency system to ensure continued electrical services in the event of mains supply electricity failure. This lot is specifically for Argyll and Bute.

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

Start date

26 August 2024

End date

25 August 2029

This contract is subject to renewal

Yes

Description of renewals

Two (2) Years with the option to extend of up to a further three (3) Twelve (12) month extensions.

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 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

Member of any of National Inspection Council for Electrical Installation Contracting (NICEIC), Electrical Contractors Association, or SELECT. If you are not a member of any of those listed, bidders must state equivalent memberships held.

Staff carrying out Electrical Installation Condition Reporting shall hold C&G 2391 - 52

Staff’s carrying out EICR is qualified to the most current version of BS7671 Wiring Regulations.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Bidder to provide its (“general”) yearly turnover for the number of financial years specified in the relevant Contract Notice:

Number of financial years: 2

Minimum required turnover per year: 100,000K

Minimum level(s) of standards possibly required

The bidder to confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Professional Risk Indemnity: 5 Million

Employer's (Compulsory) Liability: 5 Million

Public Liability: 5 Million

Product Liability: 5 Million

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

Key Performance Indicators (KPIs) have been put in place which are part of procurement documentation. Further management information has been provided within the procurement documentation.

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-096333

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

Date

15 May 2024

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

15 May 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 26430. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:763492)

six.4) Procedures for review

six.4.1) Review body

Inverness Justice Centre

Inverness

Country

United Kingdom