Tender

RMCB 044 - Provision of Electrical Installation Condition Reports - Fixed Wiring, Thermal Imaging and Fixed Electrical Equipment Testing

  • Shropshire Council

F02: Contract notice

Notice identifier: 2022/S 000-030654

Procurement identifier (OCID): ocds-h6vhtk-037d9d

Published 31 October 2022, 12:05pm



The closing date and time has been changed to:

8 December 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Contact

Procurement

Email

procurement@shropshire.gov.uk

Telephone

+44 1743252992

Country

United Kingdom

Region code

UKG22 - Shropshire CC

Internet address(es)

Main address

www.shropshire.gov.uk

one.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing-services./V5V4968PSN

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing-services./V5V4968PSN

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing-services./V5V4968PSN

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

RMCB 044 - Provision of Electrical Installation Condition Reports - Fixed Wiring, Thermal Imaging and Fixed Electrical Equipment Testing

Reference number

RMCB 044

two.1.2) Main CPV code

  • 71632000 - Technical testing services

two.1.3) Type of contract

Services

two.1.4) Short description

The contract shall comprise the electrical inspection and test of fixed electrical low voltage wiring systems throughout Shropshire Council buildings along with those of other external clients, complete with production of an Electrical Installation Condition Report, in line with the requirements of BS7671 (as amended) and the guidance contained within Guidance Note 3: Inspection & Testing (as amended).

The contact shall comprise of an electrical inspection and test of the complete fixed wiring system (all the electrical installation and electrical equipment not addressed by the portable electrical equipment or stage lighting registers) at each property shown on the Schedule of Properties. These visits to be within the months shown in the Schedule of Properties as the due date.

Fixed price tenders are being invited to the period 1st April 2023 – 31st March 2026. Thereafter, the contract may be extended for a further 2 years (up to 31st March 2028) subject to satisfactory performance

two.1.5) Estimated total value

Value excluding VAT: £430,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG22 - Shropshire CC
Main site or place of performance

Shropshire CC

two.2.4) Description of the procurement

Fixed price tenders are being invited to the period 1st April 2023 – 31st March 2026. Thereafter, the contract may be extended for a further 2 years (up to 31st March 2028) subject to satisfactory performance during the contract year and the agreement of the costs for the ensuing 12 months.

The contract shall comprise the electrical inspection and test of fixed electrical low voltage wiring systems throughout Shropshire Council buildings along with those of other external clients, complete with production of an Electrical Installation Condition Report, in line with the requirements of BS7671 (as amended) and the guidance contained within Guidance Note 3: Inspection & Testing (as amended).

The contact shall comprise of an electrical inspection and test of the complete fixed wiring system (all the electrical installation and electrical equipment not addressed by the portable electrical equipment or stage lighting registers) at each property shown on the Schedule of Properties. These visits to be within the months shown in the Schedule of Properties as the due date.

The contract shall comprise of the remedial works required to bring the installation into a “Satisfactory” standard subject to the prior approval of the Budget Holder and Client.

The works executed under contract shall enable the Client to demonstrate compliance with the statutory requirements of the Electricity at Work Regulations 1998 and other relevant legislation. Full details of the requirements are stipulated within the Contract Specification Document and Servicing Schedule Document.

Prices submitted are for the period of 1st April 2023 – 31st March 2026, thereafter the contractor is able to submit a cost adjustment to the tendered figure on an annual basis that is in line with the Retail Price Index, and which is subject to prior approval by the client.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £430,000

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

Start date

1 April 2023

End date

31 March 2028

This contract is subject to renewal

Yes

Description of renewals

Fixed price tenders are being invited to the period 1st April 2023 – 31st March 2026. Thereafter, the contract may be extended for a further 2 years (up to 31st March 2028) subject to satisfactory performance during the contract year and the agreement of the costs for the ensuing 12 months

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

See tender documentation.

three.1.2) Economic and financial standing

List and brief description of selection criteria

See tender documentation.

Minimum level(s) of standards possibly required

See tender documentation.

three.1.3) Technical and professional ability

List and brief description of selection criteria

See tender documentation.

Minimum level(s) of standards possibly required

See tender documentation.

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

See tender documentation.

three.2.2) Contract performance conditions

See tender documentation.

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: No

four.2) Administrative information

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

Originally published as:

Date

30 November 2022

Local time

12:00pm

Changed to:

Date

8 December 2022

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

30 November 2022

Local time

12:00pm

Place

Shrewsbury


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 5 years

six.3) Additional information

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Shrewsbury:-Technical-testing-services./V5V4968PSN

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/V5V4968PSN

GO Reference: GO-20221031-PRO-21314825

six.4) Procedures for review

six.4.1) Review body

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Email

procurement@shropshire.gov.uk

Telephone

+44 1743252992

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Shropshire Council

Shirehall, Abbey Foregate

Shrewsbury

SY2 6ND

Telephone

+44 1743252992

Country

United Kingdom