Tender

EICR Testing

  • Lothian Health Board

F02: Contract notice

Notice identifier: 2024/S 000-017149

Procurement identifier (OCID): ocds-h6vhtk-046cf9

Published 3 June 2024, 12:48pm



Section one: Contracting authority

one.1) Name and addresses

Lothian Health Board

Procurement Headquarters, Waverley Gate 2-4 Waterloo Place

Edinburgh

EH1 3EG

Email

maxwell.muir@nhs.scot

Telephone

+44 8454242424

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

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

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

EICR Testing

Reference number

LR3-106-2024

two.1.2) Main CPV code

  • 71314100 - Electrical services

two.1.3) Type of contract

Services

two.1.4) Short description

The contractor will be expected to implement a fully comprehensive Schedule of Inspection and Testing (EICR) schedule across NHS Lothian as per the asset listing.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50532400 - Repair and maintenance services of electrical distribution equipment

two.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian
  • UKM75 - Edinburgh, City of
  • UKM78 - West Lothian

two.2.4) Description of the procurement

NHS Lothian utilises SFG 20 to determine suitable workplaces and schedules.

Work plan ‘44-11 & SHTM 06-23 – Period Inspection and Testing’ defines the requirements of this service.. Each distribution board shall be subject to 5 year inspection and test.

There will be occasions where power cannot be removed from Distribution Boards due to clinical risk. If this event exists, then there is a requirement to carry out Thermal Imaging of Electrical Systems (under 1000VAC) SFG Work plan 44-16 with Earth Loop Impedance test. Prior to this change being implemented it must be agreed by Head of Estates and Hard FM Area Manager and recorded through contract governance.

The SFG 20 work plan is contained within the suite of procurement documents available for download on PCS-Tender.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

Start date

6 August 2024

End date

5 August 2025

This contract is subject to renewal

Yes

Description of renewals

The proposed contract period is an initial 12 momth contract with the option to extend for + 12 months.

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

SPD [4A1a] Any person(s) undertaking the services will be City & Guilds qualified in the Initial and Periodic Electrical Inspection and Testing (2391), and ITC Level 1 Thermal Certified by the contract start and for the duration of the contract; registration shall be demonstrated within proposal.

NHS has adopted Safe Contractor. The successful bidder must be Safe Contractor registered by the contract start date and for the duration of the Contract, registration shall be demonstrated within proposal

three.1.2) Economic and financial standing

List and brief description of selection criteria

[4B1.2] Bidders are required to provide their average yearly turnover for the last 3 years.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded

contract, the types and levels of insurance indicated below:

[4B5.1a] - Professional indemnity insurance 5 million GBP

[4B5.1b] - Employer's (Compulsory) Liability Insurance of 5 million GBP

[4B5.2] - Public Liability Insurance of 10 million GBP

Minimum level(s) of standards possibly required

[4B1b] Bidders will be required to have an average yearly turnover of a minimum of 300,000 GBP for the last 3 years.

Bidders should be able to provide financial accounts when requested. Should these not be available, or should this show financial instability

of the organisation, this may result in a fail.

three.1.3) Technical and professional ability

List and brief description of selection criteria

[4C1.1/4C1.2] Bidders must provide two examples of services carried out during the past three years that demonstrate experience to deliver the services described in part II.2.4 of the Contract Notice and the ITT, and in particular:

- a similarly complex estate; &

- with a similar volume of assets, and value of contract.

Examples must demonstrate experience in non-reactive maintenance.

Bidders’ examples should include the following details:

- Detailed description and location of the service.

- Value of the contract/service

- Contract period

- Complexity of estate managed

- Details of multi/complex stakeholder engagement

- Contact details of a reference (this may be used for information purposes only)

This is a pass/fail question, if relevant previous experience and correct level of service is not demonstrated this will result in your tender

being rejected.

4D1]

1. Quality Management. The Bidder must have the following:

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO

9001 (or equivalent).

2. Health and Safety Procedures. The Bidder must have the following:

A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or

equivalent. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out

responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your

company’s responsibilities of H&S management and compliance with legislation.

NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement.

[4D2] Environmental Management Systems. The Bidder must have the following:

Documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing / preventing

significant impacts on the environment. This should evidence that the bidder’s organisation’s environmental policy implementation plan

provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these

arrangements are communicated to the workforce in relation to environmental matters including: sustainable materials procurement; waste

management; energy management. This should include the arrangements for responding to, monitoring and recording environmental

incidents and emergencies and complaints


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

3 July 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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

3 July 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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public

Contracts (Scotland) Regulations 2015.

Objective criteria for ensuring the selection of suitably qualified candidates:

This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the SPD Guidance document attached to this project in PCS-T.

We will apply a single stage process:

Pre-Qualification via the SPD. The SPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. Bidders must:

a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 of this Notice.

TUPE won't apply.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22211. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits as described within the procurement documents.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26622. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:764656)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Edinburgh

Country

United Kingdom