Tender

HRA - Electrical Testing & Associated Works

  • Medway Council

F02: Contract notice

Notice identifier: 2023/S 000-023864

Procurement identifier (OCID): ocds-h6vhtk-03efe2

Published 15 August 2023, 12:15pm



Section one: Contracting authority

one.1) Name and addresses

Medway Council

Medway Council, Gun Wharf, Dock Road

Chatham

ME4 4TR

Contact

Mr Nigel Ford

Email

nigel.ford@medway.gov.uk

Telephone

+44 1634332088

Country

United Kingdom

Region code

UKJ41 - Medway

Internet address(es)

Main address

http://www.medway.gov.uk/

Buyer's address

http://www.medway.gov.uk/

one.3) Communication

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

https://www.kentbusinessportal.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.kentbusinessportal.org.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

HRA - Electrical Testing & Associated Works

Reference number

DN684971

two.1.2) Main CPV code

  • 45310000 - Electrical installation work

two.1.3) Type of contract

Works

two.1.4) Short description

Medway Council wish to appoint an experienced and professional contractor to undertake electrical testing and associated works, which will include the following; Electrical Testing; Smoke Detection (replacement); Domestic Rewire Programme; PIR Domestic; PIR Remedials; PIR Communals; PIR communal remedials; Emergency Lighting Testing; Emergency lighting replacement; PAT

testing and EVCP.

The Contract will be for an initial period of 6 years with an option to extend for a further period 3 years plus 3 years up to a total of 12 years. The maximum contract term will therefore be 12 years.

two.1.5) Estimated total value

Value excluding VAT: £7,860,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38431200 - Smoke-detection apparatus
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work
  • 71314100 - Electrical services

two.2.3) Place of performance

NUTS codes
  • UKJ41 - Medway

two.2.4) Description of the procurement

Medway Council wish to appoint an experienced and professional contractor to undertake electrical testing and associated works, which will include the following; Electrical Testing; Smoke Detection (replacement); Domestic Rewire Programme; PIR Domestic; PIR Remedials; PIR Communals; PIR communal remedials; Emergency Lighting Testing; Emergency lighting replacement; PAT

testing and EVCP.

The Contract will be for an initial period of 6 years with an option to extend for a further period 3 years plus 3 years up to a total of 12 years. The maximum contract term will therefore be 12 years.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £7,860,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The Contract will be for an initial period of 6 years with an option to extend for a further period 3 years plus 3 years up to a total of 12 years. The maximum contract term will therefore be 12 years.

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

The Council, envisages inviting the top 5 Candidates to Tender, who will have achieved the highest score, out of the maximum score available. In the event of a tied score amongst the fifth ranked position, the Council will invite all tied score Candidates to tender.

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.2.14) Additional information

The indicative contract value and term of the contract is based upon the maximum term including all extensions. All values are exclusive of VAT.

The price evaluation is split as 55% price and 5% social value metrics evaluation.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Date

14 September 2023

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

23 October 2023

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England & Wales

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of England & Wales

London

Country

United Kingdom