Tender

EICR Testing and Remedial Works at Powys County Council Corporate Sites

  • Powys County Council

F02: Contract notice

Notice identifier: 2024/S 000-037888

Procurement identifier (OCID): ocds-h6vhtk-04be29

Published 22 November 2024, 4:07pm



Section one: Contracting authority

one.1) Name and addresses

Powys County Council

County Hall

Llandrindod Wells

LD1 5LG

Contact

Tom Simmons

Email

thomas.simmons@powys.gov.uk

Telephone

+44 1597826000

Country

United Kingdom

NUTS code

UKL24 - Powys

Internet address(es)

Main address

https://www.powys.gov.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0354

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

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

EICR Testing and Remedial Works at Powys County Council Corporate Sites

Reference number

itt_114143

two.1.2) Main CPV code

  • 71631300 - Technical building-inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

Powys County Council is seeking to appoint a suitably experienced and qualified Contractor (or a group of Contractors acting as a Consortium) to enter into a contract to undertake Electrical Installation Condition Reports (EICRs) and associated remedial work at Powys County Council corporate sites.

The contract is divided into two geographic lots:

- Lot 1 - North Powys

- Lot 2 - South Powys

Bidders can apply for either one Lot or both Lots.

The agreement will have an initial period of 3 years / 36 months with an option to extend for up to a further 2 years / 24 months.

two.1.5) Estimated total value

Value excluding VAT: £466,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - North Powys

Lot No

1

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71630000 - Technical inspection and testing services
  • 71631000 - Technical inspection services
  • 71631300 - Technical building-inspection services

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys

two.2.4) Description of the procurement

Powys County Council is seeking to appoint a suitably experienced and qualified Contractor (or a group of Contractors acting as a Consortium) to enter into a contract to undertake Electrical Installation Condition Reports (EICRs) and associated remedial work at Powys County Council corporate sites.

Bidders can apply for either one Lot or both Lots.

The agreement will have an initial period of 3 years / 36 months with an option to extend for up to a further 2 years / 24 months.

two.2.5) Award criteria

Quality criterion - Name: Customer Service / Weighting: 120

Quality criterion - Name: Health and Safety / Weighting: 150

Quality criterion - Name: Quality Management / Weighting: 120

Quality criterion - Name: Sustainability / Weighting: 60

Quality criterion - Name: Project Resource / Weighting: 120

Quality criterion - Name: Community Benefits / Weighting: 30

Price - Weighting: 400

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The agreement will have an option to extend for up to a further 2 years / 24 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

two.2) Description

two.2.1) Title

Lot 2 - South Powys

Lot No

2

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71315400 - Building-inspection services
  • 71630000 - Technical inspection and testing services
  • 71631000 - Technical inspection services
  • 71631300 - Technical building-inspection services

two.2.3) Place of performance

NUTS codes
  • UKL24 - Powys

two.2.4) Description of the procurement

Powys County Council is seeking to appoint a suitably experienced and qualified Contractor (or a group of Contractors acting as a Consortium) to enter into a contract to undertake Electrical Installation Condition Reports (EICRs) and associated remedial work at Powys County Council corporate sites.

Bidders can apply for either one Lot or both Lots.

The agreement will have an initial period of 3 years / 36 months with an option to extend for up to a further 2 years / 24 months.

two.2.5) Award criteria

Quality criterion - Name: Customer Services / Weighting: 120

Quality criterion - Name: Health and Safety / Weighting: 150

Quality criterion - Name: Quality Management / Weighting: 120

Quality criterion - Name: Sustainability / Weighting: 60

Quality criterion - Name: Project Resource / Weighting: 120

Quality criterion - Name: Community Benefits / Weighting: 30

Price - Weighting: 600

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The agreement will have an option to extend for up to a further 2 years / 24 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.1.2) Economic and financial standing

List and brief description of selection criteria

It is a Minimum Requirement that Bidders are/have:

Passed a financial assessment of your companies accounts undertaken in accordance with instruction provided in the Financial Analysis Information document (found within the Tender documentation).

Minimum level(s) of standards possibly required

It is a Minimum Requirement that Bidders are/have:

Insurance requirements, note that you must have or agree to put in place by contract start insurance to the following levels:

- Public & Product Liability Insurance - 5,000,000 GBP;

- Employer’s Liability Insurance - 5,000,000 GBP; and

- Professional Indemnity Insurance - 2,000,000 GBP (each and every claim).

three.1.3) Technical and professional ability

List and brief description of selection criteria

It is a Minimum Requirement that Bidders are/have:

Constructionline Silver registered, with work categories relevant to the subject matter of the contract.

Registered with Safety Schemes in Procurement (SSIP) accredited scheme.

Certified by an organisation that appears on the United Kingdom Accreditation Service (UKAS) accredited certification schemes, such as NICEIC, ELECSA and NAPIT, for undertaking of electrical works on domestic and non-domestic properties.

Demonstrable experience of delivering contract(s) of a similar nature.

All works must be signed-off by an employee who is Electrotechnical Certification Scheme (ECS) registered, or equivalent qualification through organisation such as NICEIC, ELECSA and NAPIT.

All on-site employees must have a valid Disclosure and Barring Service (DBS) check in accordance with the Council’s DBS Policy (found within the Tender documentation) at the time of Contract mobilisation and throughout the contract period.

Acceptance to carry out all works in accordance with Section 44 of the Welsh Language (Wales) Measure 2011.

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

6 January 2025

Local time

12:00pm

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

English, Welsh

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

6 January 2025

Local time

12:00pm


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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Instructions for Suppliers – Registration on eTenderwales -

Powys County Council will be conducting this tender through the Value Wales e-Tendering portal. This

can be found at https://etenderwales.bravosolution.co.uk/home.html, all information may be downloaded and returned

through this channel.

Internet address(es): http://etenderwales.bravosolution.co.uk

Suppliers Instructions How to Express Interest in this Tender

1. Register your company on the eTenderwales portal (this is only required once)

- Browse to the eSourcing Portal: https://etenderwales.bravosolution.co.uk/home.html

- Click the “Click here to register” link

- Accept the terms and conditions and click “continue”

- Enter your correct business and user details

- Note the username you chose and click “Save” when complete

- You will shortly receive an email with your unique password (please keep this secure)

2. Express an Interest in the tender

- Login to the portal with the username/password

5.1

- Click the “Open Access ITTs” link.

- Click on the relevant ITT to access the content.

- Click the “Express Interest” button in the “Actions” box on the left-hand side of the page.

- This will move the ITT into your “My ITTs” page. (This is a secure area reserved for your projects only)

- Click on the ITT code, you can now access any attachments by clicking the “Settings and Buyer

Attachments” in the “Actions” box

3. Responding to the tender

- You can now choose to “Reply” or “Reject” (please give a reason if rejecting)

- You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification

- Note the deadline for completion, then follow the onscreen instructions to complete the ITT

- There may be a mixture of online & offline actions for you to perform (there is detailed online help

available)

If you require any further assistance use the online help, or the eTendering Helpdesk is available Mon –

Fri (8am – 6pm) on:

- Phone: 0800 069 8634

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=146222

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

As per the Tender documentation.

(WA Ref:146222)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom