Section one: Contracting authority
one.1) Name and addresses
Cannock Chase District Council
Civic Centre, Beecroft Road
Cannock
WS11 1BG
Contact
Laura Kendall
laura.kendall@staffordshire.gov.uk
Telephone
+44 1785854656
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/Account/Login#
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/Account/Login#
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/Account/Login#
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://supplierlive.proactisp2p.com/Account/Login#
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
Electrical Inspection, Testing, Upgrade and Re-Wiring Works Contract
Reference number
IA3192
two.1.2) Main CPV code
- 45310000 - Electrical installation work
two.1.3) Type of contract
Works
two.1.4) Short description
This contract aims to deliver the following elements of work: -
• Approximately 30 full electrical re-wires per annum (primarily but not exclusively in void dwellings)
• Approximately 480 electrical upgrades per annum (focusing on electrical safety, replacement of key components and any defective fixtures and fittings)
• A programme of 1100 Electrical Installation Conditioning Reports (EICR's) with the aim that all properties will have a valid EICR in place at any given time.
two.1.5) Estimated total value
Value excluding VAT: £5,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45311000 - Electrical wiring and fitting work
two.2.3) Place of performance
NUTS codes
- UKG2 - Shropshire and Staffordshire
Main site or place of performance
Staffordshire
two.2.4) Description of the procurement
A. Works will be carried out under the direction of the Employer (Cannock Chase District Council) to numerous Council Properties within the geographical limits of the Council's territory.
B. The objective of this contract is to assist the Council in meeting its corporate aims as detailed in the Corporate Plan 2022 - 26. This is accessible via the Council's website https://www.cannockchasedc.gov.uk/council/about-council/corporate-plan#:~:text=Corporate Plan 2022-26,more closely with partner organisations.
C. Over the last 25 years the Council has delivered an ongoing programme of electrical upgrading and improvement works, which has been delivered alongside the existing in- house electrical maintenance team delivering responsive maintenance and void checks.
D. This contract aims to deliver the following elements of work: -
• Approximately 30 full electrical re-wires per annum (primarily but not exclusively in void dwellings).
• Approximately 480 electrical upgrades per annum (focusing on electrical safety, replacement of key components and any defective fixtures and fittings).
• A programme of 1100 Electrical Installation Conditioning Reports (EICR's) with the aim that all properties will have a valid EICR in place at any given time.
Note: This document defines the level of work in Year One of the contract and although it is expected there will be a similar level of work in future years, this is not guaranteed. Equally, the in-house Repairs Team also employs electricians who fulfil a responsive maintenance service including void electrical checks. Consequently, the Council does not guarantee that all electrical works of the nature outlined within this contract will be undertaken by the external provider.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 65
Price - Weighting: 35
two.2.6) Estimated value
Value excluding VAT: £5,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2030
This contract is subject to renewal
Yes
Description of renewals
The Agreement term will be from 1st April 2024 to 31st March 2027, with additional options to extend to 31st March 2028, 31st March 2029 and 31st March 2030.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Agreement term will be from 1st April 2024 to 31st March 2027, with additional options to extend to 31st March 2028, 31st March 2029 and 31st March 2030.
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
three.2) Conditions related to the contract
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 November 2023
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
23 November 2023
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This is an electronic tender. All submission must be made via the formal Contracting Authority electronic tendering platform.
All requests for information to be sent through the electronic tendering portal and message facility on the Proactis electronic tendering system.
How to register - follow the link to Proactis electronic tendering:
- https://supplierlive.proactisp2p.com/Account/Login
If you require urgent assistance regarding the initial usage of the e-Tendering package please contact the Contracting Authority point-of-contact in Section I.1 of this notice. On failure to
reach this contact, please immediately email the nature of the difficulty to commercial.team@staffordshire.gov.uk
This procurement is for a Contract between the appointed provider and the Contracting Authority, to supply predominately works on an ad-hoc call-off basis, as and when required.
The Contracting Authority or its public sector partners/Customers makes no guarantee as to the volume of business on offer or to be awarded, and any volumes given are indicative only and intended as a general guide.
Financing / Payment:
- payments may be made following acceptance by the banking agents of Cannock Chase District Council
Legal form of groups of providers:
- no special legal form is required by the grouping of providers but each provider will be required to be come jointly or severally responsible for the contract before acceptance.
For reference the following website outlines the Contracting Authority's policy on the Community Right to Challenge:
six.4) Procedures for review
six.4.1) Review body
Cannock Chase District Council
Cannock
Country
United Kingdom