Opportunity

Provision of Electrical Reactive Repairs

  • The Borough Council of Calderdale

F02: Contract notice

Notice reference: 2024/S 000-012051

Published 12 April 2024, 4:18pm



Section one: Contracting authority

one.1) Name and addresses

The Borough Council of Calderdale

Town Hall, Crossley Street

Halifax

HX1 1UJ

Contact

Rachel Jefford

Email

rachel.jefford2@calderdale.gov.uk

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

National registration number

184 3147 61

Internet address(es)

Main address

https://www.calderdale.gov.uk/v2

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/103251

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=80460&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=80460&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

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

Provision of Electrical Reactive Repairs

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council invites you to submit a Tender for the provision of electrical reactive services, including out of hours 24/7/365 service. The Specification covers minimum standards for services repairs on the Council’s property portfolio. Accreditation and qualification requirements are listed within the Selection Questionnaire but include NICEIC (National Inspection Council for Electrical Installing Contractors) full members or ECA (Electrical Contractors Association) members for commercial or industrial work or equivalent. The Service Provider must have the full technical capability to carry out electrical repairs and installation work in accordance with requirements of BS 7671 18th Edition Wiring Regulations including amendment 3. Please note that the Transfer of Undertaking Protection of Employment Regulations 2006 (“TUPE”) may apply to the Tender.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Calderdale

two.2.4) Description of the procurement

The Council invites you to submit a Tender for the provision of electrical reactive services, including out of hours 24/7/365 service. The Specification covers minimum standards for services repairs on the Council’s property portfolio. Accreditation and qualification requirements are listed within the Selection Questionnaire but include NICEIC (National Inspection Council for Electrical Installing Contractors) full members or ECA (Electrical Contractors Association) members for commercial or industrial work or equivalent. The Service Provider must have the full technical capability to carry out electrical repairs and installation work in accordance with requirements of BS 7671 18th Edition Wiring Regulations including amendment 3. Please note that the Transfer of Undertaking Protection of Employment Regulations 2006 (“TUPE”) may apply to the Tender.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%

Quality criterion - Name: Social / Weighting: 10%

Price - Weighting: 40%

two.2.6) Estimated value

Value excluding VAT: £2,000,000

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

24 month extension available

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.1.2) 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

14 May 2024

Local time

12:00pm

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

Tender must be valid until: 17 September 2024

four.2.7) Conditions for opening of tenders

Date

14 May 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

Strand

London

WC2A 2LL

Email

cc.issue@justice.gov.uk

Telephone

+44 2079476112

Country

United Kingdom

Internet address

https://www.judiciary.uk/