Contract

Tender for the Provision of a Planned Maintenance Service for Hardwire Electrical Testing Services

  • Buckinghamshire Council

F03: Contract award notice

Notice identifier: 2023/S 000-023630

Procurement identifier (OCID): ocds-h6vhtk-03a134

Published 11 August 2023, 4:24pm



Section one: Contracting authority

one.1) Name and addresses

Buckinghamshire Council

Walton Street Offices

Aylesbury

HP20 1UA

Contact

Mrs Ann Spence

Email

ann.spence@buckinghamshire.gov.uk

Telephone

+44 1296382934

Country

United Kingdom

Region code

UKJ13 - Buckinghamshire CC

Internet address(es)

Main address

https://www.buckinghamshire.gov.uk/

Buyer's address

https://www.buckinghamshire.gov.uk/

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

Tender for the Provision of a Planned Maintenance Service for Hardwire Electrical Testing Services

Reference number

DN643001

two.1.2) Main CPV code

  • 50711000 - Repair and maintenance services of electrical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Buckinghamshire Council was seeking an experienced supplier to deliver its Planned

Maintenance Service for Hardwire Electrical Testing Services.

This service includes the provision of the following elements:

• Statutory Compliance

• The Electrical Testing part of Planned Preventative Maintenance (PPM)

• Single Point of Contact and Emergency 24/7 Call Out Facility

The services will be delivered at the following property types: Corporate Estate, Maintained

and Non- BC Schools, External (non- BC) Clients, Agricultural Estate , County Parks Estate

The principal elements for the testing are all electrical circuits, distribution panels and mains

intakes within each contracted premises

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £480,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ13 - Buckinghamshire CC
Main site or place of performance

Buckinghamshire

two.2.4) Description of the procurement

Buckinghamshire Council was seeking an experienced supplier to deliver its Planned

Maintenance Service for Hardwire Electrical Testing Services.

This service includes the provision of the following elements:

• Statutory Compliance

• The Electrical Testing part of Planned Preventative Maintenance (PPM)

• Single Point of Contact and Emergency 24/7 Call Out Facility

The services will be delivered at the following property types: Corporate Estate, Maintained

and Non- BC Schools, External (non- BC) Clients, Agricultural Estate , County Parks Estate

The principal elements for the testing are all electrical circuits, distribution panels and mains

intakes within each contracted premises.

Reactive and minor works are NOT provided under this contract.

The Council requires a supplier that appreciates that the expectation and priorities of the

service are unique to each type of property and thus will adopt an approach that is property

specific.

Following the formal unification of 5 former councils (namely Buckinghamshire County

Council, Aylesbury Vale District Council, Chiltern District Council, South Bucks District

Council and Wycombe District Council) in April 2020, the Buckinghamshire Council has a

large and diverse estate and ongoing changes will invariably occur to a number of properties

during the contract term. The successful supplier will therefore be able to provide flexible

and transparently delivered services, which will enable these changes to occur during the

contract term.

Suppliers must be registered with the appropriate confederation or association related to

the respective trades involved, eg: NICEIC or ECA. In addition suppliers must hold valid and

current certification with an SSIP member scheme or have an OHSAS 18001 certificate from

a UKAS accredited certification body and have been assessed for working with electrical

services.

The contract start date is anticipated to be 1st October 2023. The initial term will be for

three years with an option to extend for a further 24 months.

TUPE may apply to this contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: Yes

Description of options

An option to extend for a period, or consecutive periods, of up to 24 months, after the initial 3 year term.

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.2.14) Additional information

The contract value in II.1.7 and V2.4 covers the initial 36 month contract term. The value is for a modelled scenario based on the Council's current list of properties and number of circuits per property.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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 000-002826


Section five. Award of contract

Contract No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 July 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

MK Power Limited

22 St John Street

Newport Pagnell, Milton Keynes

MK16 8HJ

Country

United Kingdom

NUTS code
  • UKJ13 - Buckinghamshire CC
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £480,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court

The Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom