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
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