Opportunity

Electrical Inspection Testing & Reporting Contract NGH

  • Northampton General Hospital NHS Trust

F02: Contract notice

Notice reference: 2021/S 000-029482

Published 26 November 2021, 3:58pm



Section one: Contracting authority

one.1) Name and addresses

Northampton General Hospital NHS Trust

Cliftonville

Northampton

NN1 5BD

Contact

Mrs Lynda Furness

Email

lynda.furness@nhs.net

Telephone

+44 1604523922

Country

United Kingdom

NUTS code

UKF2 - Leicestershire, Rutland and Northamptonshire

Internet address(es)

Main address

http://www.northamptongeneral.nhs.uk

Buyer's address

http://www.northamptongeneral.nhs.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Electrical Inspection Testing & Reporting Contract NGH

Reference number

DN576575

two.1.2) Main CPV code

  • 31200000 - Electricity distribution and control apparatus

two.1.3) Type of contract

Supplies

two.1.4) Short description

The whole of the works shall be carried out in accordance with the latest edition and amendments of BS 7671, Electricity at Work Regulations 1989, Relevant HTM’s, the Health and Safety at Work Act. Etc. 1974 and this specification. The contractor may refer to the I.E.T. document “Inspection and Testing Guidance Note 3” but any interpretation by the contractor of this document must be discussed and agreed in writing by the Trust EM or ESMM.

The tenderer shall allow within their tender to provide: fully skilled and qualified electrical inspection and testing staff, adequate supervision, calibrated test instruments, full documentation and reporting, all access equipment, tools and other accessories, PPE, any safety documents and equipment, any and all consumable items to complete the works described in this specification in a timely and competent manner. All works/inspection and testing only to be carried out by staff trained and competent to do so.

Note. The contractor will make allowance for any areas deemed as special locations

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKF2 - Leicestershire, Rutland and Northamptonshire

two.2.4) Description of the procurement

The whole of the works shall be carried out in accordance with the latest edition and amendments of BS 7671, Electricity at Work Regulations 1989, Relevant HTM’s, the Health and Safety at Work Act. Etc. 1974 and this specification. The contractor may refer to the I.E.T. document “Inspection and Testing Guidance Note 3” but any interpretation by the contractor of this document must be discussed and agreed in writing by the Trust EM or ESMM.

The tenderer shall allow within their tender to provide: fully skilled and qualified electrical inspection and testing staff, adequate supervision, calibrated test instruments, full documentation and reporting, all access equipment, tools and other accessories, PPE, any safety documents and equipment, any and all consumable items to complete the works described in this specification in a timely and competent manner. All works/inspection and testing only to be carried out by staff trained and competent to do so.

Note. The contractor will make allowance for any areas deemed as special locations

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

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 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: No

four.2) Administrative information

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

Date

29 December 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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

31 December 2021

Local time

12:00pm


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

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom