Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

IN-SERVICE INSPECTION & TESTING OF ELECTRICAL EQUIPMENT AREA 1

  • First published: 10 August 2024
  • Last modified: 10 August 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-048977
Published by:
Dundee City Council
Authority ID:
AA21980
Publication date:
10 August 2024
Deadline date:
13 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

TENDER FOR THE IN-SERVICE INSPECTION & TESTING OF

ELECTRICAL EQUIPMENT AREA 1

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Dundee City Council

Dundee House, 50 North Lindsay Street

Dundee

DD1 1NZ

UK

Contact person: Wendy Hall

Telephone: +44 1382433745

E-mail: wendy.hall@dundeecity.gov.uk

NUTS: UKM71

Internet address(es)

Main address: www.dundeecity.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220

I.3) Communication

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

https://www.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

IN-SERVICE INSPECTION & TESTING OF ELECTRICAL EQUIPMENT AREA 1

Reference number: DCC/CD/05/24

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

TENDER FOR THE IN-SERVICE INSPECTION & TESTING OF

ELECTRICAL EQUIPMENT AREA 1

II.1.5) Estimated total value

Value excluding VAT: 190 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50710000

50711000

II.2.3) Place of performance

NUTS code:

UKM71


Main site or place of performance:

Dundee City

II.2.4) Description of the procurement

The works shall comprise the inspection & testing, written reporting and subsequent repair work of the electrical equipment installations within the various Dundee City Council properties listed in this specification, to the requirements and recommendations set out in current applicable British Standards, European Standards & all statutory requirements, for a fixed period as stipulated in the Contract particulars

II.2.5) Award criteria

Criteria below:

Quality criterion: Compliance with Specification of Requirements / Weighting: PASS/FAIL

Quality criterion: Duty of Care, Health, and Safety & Risk Management / Weighting: PASS/FAIL

Quality criterion: Site Specific Risk Assessment and Method Statement / Weighting: PASS/FAIL

Quality criterion: Health and Safety / Weighting: PASS/FAIL

Quality criterion: Environment / Weighting: PASS/FAIL

Quality criterion: Fair Tax Declaration / Weighting: PASS/FAIL

Quality criterion: Resourcing of Requirements - Staffing / Weighting: 15

Quality criterion: Resourcing of Requirements- Development / Weighting: 10

Quality criterion: Continuous Improvement – Customer Care / Weighting: 5

Quality criterion: Continuous Improvement - Feedback / Weighting: 5

Quality criterion: Resourcing of Requirements- Documentation and Timescales / Weighting: 7

Quality criterion: Resourcing of Requirements - Disruption / Weighting: 10

Quality criterion: Resourcing of Requirements – Programme of Works / Weighting: 5

Quality criterion: Community Benefits / Weighting: 1.5

Quality criterion: Fair Work First / Weighting: 1.5

Price / Weighting:  40

II.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:

there is 2 plus 1 extension options

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Bidders are required to be a member of the National Inspection Council for Electrical Installation Contracting (NICEIC) and/or the Trade Association \or equivalent).

The Contractor shall be third-party certified by a UKAS certification body to carry out inspection, servicing and maintenance of Electrical Equipment.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability.

It is recommended that Tenderers review their own Score check score in advance of submitting a Tender Submission. Where the Tenderer does not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability.

Where the Tenderer is under no obligation to publish accounts and therefore does not have a Score check score, they must provide their audited financial accounts for the previous 2 years as part of their SPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size.

As an alternative to the above requirement but only for bidders who started trading less than 3 years prior to the return date for the Tender response set out below, those bidders must demonstrate adequate financial capacity for the Contract by the following evidence:

A business plan for a minimum 3-year trading period setting out projected annual average turnover;

audited or unaudited (if the company has no legal audit requirement) accounts for any years trading to date, and

letter of support for the bidder’s bank setting out the level of financial support available to the business from the bank and for how long that is available.

A bank letter of support should explain the amount and duration of financial support made available to the business by the bank and what information, such as a business plan for the period 01/07/2024 – 31/06/2027, was considered by the bank in deciding to make that support available. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must be understood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of all Questionnaire responses so the provision of as much information as possible is encouraged.

All of this information must be in terms entirely satisfactory to the Purchasing Authority. We reserve the right (but are not obliged) to seek additional clarification and/or supporting information from or about the bidder to satisfy us in this regard, for example, a bank reference.

Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents Parent Company Guarantee.

Where a consortium bid is received, the Score check score of each consortium member shall be assessed and each must achieve a Score check score of 35 or above.

Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a Score check score of 35 or above. The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details of significant changes since the last financial year end.


Minimum level(s) of standards required:

Equifax score of 35 or more

Insurances:Tenderers must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance:

Professional Risk Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 2,000,000 GPB in respect of each and every claim.

Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10,000,000 GBP in respect of each claim, and

Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5,000,000 GBP in respect of each claim.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

SPD Question 4C (Previous Experience)

Bidders to provide relevant examples of supplies and/or services carried out during the last three years as specified (Examples from both public and/or private sector customers and clients may be provided)


Minimum level(s) of standards required:

For question 4C 1.2, bidders will be required to provide two examples that demonstrate that the practice has the relevant experience to deliver the services in relation to the Scope.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 13/09/2024

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 13/01/2025

IV.2.7) Conditions for opening of tenders

Date: 13/09/2024

Local time: 12:00

Place:

PCS Electronic Postbox

Information about authorised persons and opening procedure:

Procurement Category Officer

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

this will be retendered in 2029 if extension options are utilised

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=774882.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

A minimum of 2 community benefits outcomes are required to be completed over the course of the contract. These can range from:

Awareness Raising Event for community group, college or school – this could include a wide range of activities which support learning and employability such as talks about environmental issues for school, college or university students or job seekers; training workshops carried out by contractors for target groups to raise awareness of their sector and its benefits and where appropriate the careers available, motivational talks, school talks, or to run events which tie in with a particular aspect of the curriculum.

Community Support Activity or Community Wish – the council is developing a Community Wishes approach which will gather and moderate requests for support for small community projects. These will be wide ranging but likely to include requests to provide materials or volunteer labour to support small community projects including community gardens, allotment projects or community clear ups.

Work Experience Opportunity – where appropriate to provide a work placement opportunity for a young person or adult on an appropriate programme. Support would be provided to identify an appropriate programme and candidate.

Mentoring Opportunity – provide a mentoring opportunity to a young person from Dundee on the MCR pathway mentoring programme. More information at https://mcrpathways.org/ Support would be provided to identify an appropriate school and candidate.

(SC Ref:774882)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=774882

VI.4) Procedures for review

VI.4.1) Review body

Dundee Sheriff Court & Justice of the Peace Court

6 West Bell Street

Dundee

DD19AD

UK

Telephone: +44 1382229961

E-mail: dundee@scotcourts.gov.uk

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

Scottish Courts Service

Saughton House, Broomhouse

Edinburgh

EH11 3XD

UK

E-mail: enquiries@scotcourts.gov.uk

VI.5) Date of dispatch of this notice

09/08/2024

Coding

Commodity categories

ID Title Parent category
50000000 Repair and maintenance services Other Services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
wendy.hall@dundeecity.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.