Section one: Contracting authority
one.1) Name and addresses
Buckinghamshire Council
Walton Street Offices
Aylesbury
HP20 1UA
Contact
Mrs Ann Spence
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