Section one: Contracting authority
one.1) Name and addresses
Staffordshire County Council
Tipping Street
STAFFORD
ST162DH
Contact
Michelle Davies
michelle.davies@staffordshire.gov.uk
Telephone
+44 1785277116
Country
United Kingdom
Region code
UKG2 - Shropshire and Staffordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.staffordshire.gov.uk/Homepage.aspx
Buyer's address
https://supplierlive.proactisp2p.com
one.1) Name and addresses
Cannock Chase District Council
Cannock
michelle.davies@staffordshire.gov.uk
Country
United Kingdom
Region code
UKG2 - Shropshire and Staffordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.cannockchasedc.gov.uk/
Buyer's address
https://supplierlive.proactisp2p.com
one.1) Name and addresses
South Staffordshire District Council
Codsall, South Staffordshire
michelle.davies@staffordshire.gov.uk
Country
United Kingdom
Region code
UKG2 - Shropshire and Staffordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
Buyer's address
https://supplierlive.proactisp2p.com
one.1) Name and addresses
Stafford Borough Council
Stafford
michelle.davies@staffordshire.gov.uk
Country
United Kingdom
Region code
UKG2 - Shropshire and Staffordshire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.staffordbc.gov.uk/
Buyer's address
https://supplierlive.proactisp2p.com
one.2) Information about joint procurement
The contract involves 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://supplierlive.proactisp2p.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com
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
Framework Agreement for the Provision of Periodic Fixed Electrical Testing and Inspection
Reference number
IA3252
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
This framework is for the provision of undertaking the Periodic Electrical Testing and Inspection of Electrical Installations. There are currently 511 properties covered by the existing arrangement. For clarification purposes, the Periodic Electrical Testing of Electrical Installations will also include fixed electrical appliances within each site.
This testing and inspection only framework includes the following elements within the tendered service rate:
i) Where specified within the pricing schedule, annual Testing and Inspection of Electrical Installations (including fixed electrical appliances).
ii) Where specified within the pricing schedule, 3 Yearly Testing and Inspection of Electrical Installations (including fixed electrical appliances).
iii) Where specified within pricing schedule, 5 Yearly Testing and Inspection of Electrical Installations (including fixed electrical appliances).
iv) All labor and travelling time required for the successful completion of Periodic Electrical Testing and Inspection of Electrical Installations (including fixed electrical appliances).
v) The production of service reports and EICR documentation as specified within this document.
Responsive Maintenance - There is no requirement for the successful contractor to provide a callout facility of any kind within the scope of the framework.
This framework includes no guarantee of orders for remedial works following the completion of Periodic Electrical Testing and Inspection of Electrical Systems (including fixed electrical appliances).
It should be noted that the client reserves the right to appoint up to three separate successful contractors for the delivery of this framework.
two.1.5) Estimated total value
Value excluding VAT: £1,900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 71314100 - Electrical services
- 71334000 - Mechanical and electrical engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Staffordshire
two.2.4) Description of the procurement
Suppliers should set up a profile on Proactis by completing their company details first. Then registering their interest to this specific tender opportunity by searching under reference IA3252.
Any questions regarding this opportunity should go through the 'message function'.
Please do not contact the Buyer direct.
Please note the above value includes the service element, any potential remedial works, costs of replacement parts not covered in the service cost and flexibility to add additional properties over the 4 years
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 March 2024
End date
29 February 2028
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: Yes
Description of options
Options to extend for a further 2 x 12 month to the 28th February 2027 and 29th February 2028.
two.2.14) Additional information
Please note Stafford Borough Council, Cannock Chase District and South Staffordshire Council are not responsible for this procedure, they are a named organisation who may call off from the Framework.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
List and brief description of selection criteria
Staffordshire County Council require its successful Supplier to have ongoing 3rd party accreditations which meet the following requirements during the term of the Framework:
To have a compliant Health & Safety accreditation performed by a Safety Schemes in Procurement ('SSIP'). For more information refer to the link https://ssip.org.uk/members/#
Valid and compliant member of an independent pre-qualification accrediting body. For example, Constructionline (accredited to a minimum membership level of 'SILVER') or other equivalent bodies, offer such a service.
Note 1 - the accrediting bodies must allow for annual refreshes/vetting of the Supplier in the areas above
Note 2 - where brand names are mentioned, the Authority will consider equivalents
Note 3 - evidence of the above accreditations MUST be provided to the Authority by successful Supplier prior to Contract Award
PAS91 C4: Health and safety: policy and capability or provide an exemption (details provided in the Questionnaire).
Suppliers are required to make sure trained members of staff meet the competency requirements detailed in points below:
All Test Engineers that are utilised on this contract must be J.I.B. trained or equivalent and approved to carry out work on electrical installations. Test Engineers must be qualified with both of the following without exception:
• City and Guilds 2391
• IET 18th Edition Qualification
All personnel must evidence training for working at heights within the past 5 years.
Any personnel operating specific access equipment must evidence training for that type of equipment- such as ladders, podium steps, scaffold towers, MEWP's or any other specialist access equipment - within 5 the past years.
All personnel must have undertaken asbestos awareness training within the past 12 months accredited by UKATA, IATP or equivalent.
Any personnel utilised on this contract must have an Enhanced DBS check
PLEASE REFER TO THE PROCUREMENT DOCUMENTATION FOR MORE DETAIL
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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
Originally published as:
Date
22 November 2023
Local time
12:00pm
Changed to:
Date
29 November 2023
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 November 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Staffordshire County Council
Stafford
Country
United Kingdom