Tender

Electrical Installation Condition Reports

  • East Dunbartonshire Council

F02: Contract notice

Notice identifier: 2021/S 000-023050

Procurement identifier (OCID): ocds-h6vhtk-02e17d

Published 16 September 2021, 1:54pm



Section one: Contracting authority

one.1) Name and addresses

East Dunbartonshire Council

Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place

Kirkintilloch

G66 1TJ

Contact

Ross Nicholson

Email

Ross.Nicholson@eastdunbarton.gov.uk

Telephone

+44 1415745750

Fax

+44 1415745529

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

http://www.eastdunbarton.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225

one.3) Communication

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

https://www.publiccontractsscotland.gov.uk/default.aspx

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/default.aspx

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

Electrical Installation Condition Reports

Reference number

EDC/2021/3194

two.1.2) Main CPV code

  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus

two.1.3) Type of contract

Services

two.1.4) Short description

East Dunbartonshire Council wishes to establish a contract for the provision of Electrical Installation Condition Reports throughout the geographical area of East Dunbartonshire Council.

two.1.5) Estimated total value

Value excluding VAT: £400,000

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

EICR - Kirkintilloch & Lenzie

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50413000 - Repair and maintenance services of checking apparatus
  • 45311100 - Electrical wiring work
  • 45317000 - Other electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

Broomhill Industrial Estate, Kirkintilloch

two.2.4) Description of the procurement

East Dunbartonshire Council (EDC) is seeking to appoint suitably experienced contractors to provide a 100% Electrical Installation Condition Report with a requirement to rectify C1 and C2 codes on 2500 to 2600 domestic properties and provide NICEIC certification. This includes functional test of smoke detectors. Low value works to be undertaken and priced through specified price list. Any other works to be discussed with rewire co-ordinator. Notification to tenants and appointment letters by contractor.

Lot 1 - Kirkintilloch & Lenzie

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £145,600

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

Duration in months

4

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: 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

EICR - Milngavie & Bearsden

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50413000 - Repair and maintenance services of checking apparatus
  • 45311100 - Electrical wiring work
  • 45317000 - Other electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

Broomhill Industrial Estate, Kirkintilloch

two.2.4) Description of the procurement

East Dunbartonshire Council (EDC) is seeking to appoint suitably experienced contractors to provide a 100% Electrical Installation Condition Report with a requirement to rectify C1 and C2 codes on 2500 to 2600 domestic properties and provide NICEIC certification. This includes functional test of smoke detectors. Low value works to be undertaken and priced through specified price list. Any other works to be discussed with rewire co-ordinator. Notification to tenants and appointment letters by contractor.

Milngavie & Bearsden

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £96,000

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

Duration in months

4

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: 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

EICR - Bishopbriggs

Lot No

3

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50413000 - Repair and maintenance services of checking apparatus
  • 45317000 - Other electrical installation work
  • 45311100 - Electrical wiring work

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

Broomhill Industrial Estate, Kirkintilloch

two.2.4) Description of the procurement

East Dunbartonshire Council (EDC) is seeking to appoint suitably experienced contractors to provide a 100% Electrical Installation Condition Report with a requirement to rectify C1 and C2 codes on 2500 to 2600 domestic properties and provide NICEIC certification. This includes functional test of smoke detectors. Low value works to be undertaken and priced through specified price list. Any other works to be discussed with rewire co-ordinator. Notification to tenants and appointment letters by contractor.

Lot 3 - Bishopbriggs

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £64,000

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

Duration in months

4

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: 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

EICR - Villages - Milton of Campsie, Lennoxtown, Torrance, Baldernock & Twechar

Lot No

4

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50413000 - Repair and maintenance services of checking apparatus
  • 45311100 - Electrical wiring work
  • 45317000 - Other electrical installation work

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

Broomhill Industrial Estate, Kirkintilloch

two.2.4) Description of the procurement

East Dunbartonshire Council (EDC) is seeking to appoint suitably experienced contractors to provide a 100% Electrical Installation Condition Report with a requirement to rectify C1 and C2 codes on 2500 to 2600 domestic properties and provide NICEIC certification. This includes functional test of smoke detectors. Low value works to be undertaken and priced through specified price list. Any other works to be discussed with rewire co-ordinator. Notification to tenants and appointment letters by contractor.

Lot 4 - Villages - Milton of Campsie, Lennoxtown, Torrance, Baldernock & Twechar

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20

Price - Weighting: 80

two.2.6) Estimated value

Value excluding VAT: £94,400

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

Duration in months

4

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: 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

4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established i.e. companies house

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must respond to SPD Questions 4B.1.2, 4B.1.3, 4B3, 4B.5.1, 4B.5.2, 4B.5.3

Minimum level(s) of standards possibly required

The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows:

Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing

Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.

Minimum level(s) of standards required:

4B.1.2 Bidders will be required to have an average yearly turnover per lot as follows:

Lot 1 - 250,000 GBP

Lot 2 - 150,000 GBP

Lot 3 - 100,000 GBP

Lot 4 - 150,000 GBP

over the past 3 years.

4B.3 In the case that turnover information is not available for the given period please state the date on which the bidder was set up or started trading.

4B.5.1, 4B.5.2 and 4B.5.3. 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:

Employers Liability – 10,000,000 GBP each and every claim and in the annual aggregate

Public Liability – 5,000,000 GBP each and every claim and in the annual aggregate

Unlimited in respect of liability for death / injury.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must answer 4C.1

Minimum level(s) of standards possibly required

4C.1. Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in the Contract Notice or the relevant section of the Site Notice. A minimum of three Contracts of a similar scope and nature which have successfully delivered in the last three years.

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

Contractor must be NICEIC approved contractor.

All contractors/operatives must possess 18th edition and testing inspection qualifications (credentials to be supplied.

three.2.2) Contract performance conditions

Inspections must be completed by March 31st 2022.

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

Date

18 October 2021

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

four.2.7) Conditions for opening of tenders

Date

18 October 2021

Local time

12:00pm

Place

Southbank Marina, Kirkintilloch


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

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=667498.

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.publiccontractsscotland.gov.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.

(SC Ref:667498)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=667498

six.4) Procedures for review

six.4.1) Review body

Sheriff Clerks Office

PO BOX 23, 1 Charlton Place

Glasgow

G5 9DA

Country

United Kingdom