UK-Clacton On Sea: Electrical installation work.

UK-Clacton On Sea: Electrical installation work.

Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Tendring District Council
Town Hall, Station Road, Clacton On Sea, CO15 1SE, United Kingdom
Tel. +44 1255686949, Fax. +44 1255686416, Email: sallen@tendringdc.gov.uk, URL: www.tendringdc.gov.uk
Contact: Stephen Allen, Attn: Frank Stilwell - Building Services Manager, Life Opportunities

Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above

I.2)Type of the contracting authority:
Regional or local authority

I.3) Main activity:
General Public Services

I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Electrical Testing and Maintenance Term Contract
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1

Region Codes: UKH1 - East Anglia
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract

II.1.5)Short description of the contract or purchase:
Electrical installation work. Electrical installation work of heating and other electrical building-equipment. Other electrical installation work. Repair and maintenance services of electrical building installations. Electrical testing, maintenance and repairs, works of up-grade and the rewiring of electrical installations to domestic properties in the Council's housing stock, in accordance with the IEE Wiring Regulations BS 7671: 2008. The contract duration is for a period of one year with an option for the authority to extend the contract period for second and third consecutive years (subject to an annual review based upon performance).

II.1.6)Common Procurement Vocabulary:
45310000 - Electrical installation work.

45315000 - Electrical installation work of heating and other electrical building-equipment.

45317000 - Other electrical installation work.

50711000 - Repair and maintenance services of electrical building installations.


II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: All lots

II.1.9)Information about variants:
Variants will be accepted: No

II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The contract will be split into two geographic areas within the district of Tendring. Contractors will be able to tender for both areas but can be awarded one area only.
Estimated value excluding VAT: 500,000
Currency: GBP


II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Yes

II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 36 (from the award of the contract)

Information About Lots

Lot No: 1
Title: Electrical testing and maintenance contract - Area 1 (South)

1)Short Description:
Electrical testing, maintenance and repairs, works of up-grade and the wiring of electrical installations to domestic properties in the Council's housing stock, in accordance with the IEE Wiring Regulations BS 7671: 2008, to various locations in the South area of the district of Tendring.

2)Common Procurement Vocabulary:
45310000 - Electrical installation work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
45317000 - Other electrical installation work.
50711000 - Repair and maintenance services of electrical building installations.

3)Quantity Or Scope:
Properties in the South area of the District of Tendring which includes the Parishes of Brightlingsea, Clacton on Sea, Frinton on Sea, Great Bentley, Great Holland, Holland on Sea, Kirby Cross, Kirby le Soken, Little Bentley, Little Clacton, St. Osyth, Thorpe le Soken, Thorrington and Wivenhoe, otherwise known as Area 1 for the purpose of this Contract.

The total number of properties in this area is approximately 1675.
If known, estimated cost of works excluding VAT: 250,000
Currency: GBP

4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 36


5)Additional Information About Lots: Not Provided

Lot No: 2
Title: Electrical testing and maintenance contract - Area 2 (North)

1)Short Description:
Electrical testing, maintenance and repairs, works of up-grade and the wiring of electrical installations to domestic properties in the Council's housing stock, in accordance with the IEE Wiring Regulations BS 7671: 2008, to various locations in the North area of the district of Tendring.

2)Common Procurement Vocabulary:
45310000 - Electrical installation work.
45315000 - Electrical installation work of heating and other electrical building-equipment.
45317000 - Other electrical installation work.
50711000 - Repair and maintenance services of electrical building installations.

3)Quantity Or Scope:
Properties in the North area of the District of Tendring which includes the Parishes of Alresford, Ardleigh, Bradfield, Dovercourt, Elmstead Market, Frating, Great Bromley, Great Oakley, Harwich, Lawford, Little Bromley, Little Oakley, Manningtree, Mistley, Ramsey, Tendring, Weeley, Wicks and Wrabness otherwise known as Area 2 for the purpose of this Contract.

The total number of properties in this area is approximately 1575.
If known, estimated cost of works excluding VAT: 250,000
Currency: GBP

4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in months: 36


5)Additional Information About Lots: Not Provided

Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As stipulated by the tender documents.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As stipulated by the tender documents.

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability

III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

These requirements will be defined on the pre-qualification questionnaire (PQQ) which will be sent to all applicants who wish to be considered for inclusion on the select list for the invitation to tender. To be considered for selection to tender for this Contract, the pre-qualification questionnaire must be submitted by 19th July 2013.

Pre-qualification questionnaire's can be obtained from Stephen Allen as defined in I.1 and will be dispatched within a period of three working days.

The completion and submission of the pre-qualification questionnaire will be deemed to be an expression of interest for the purpose of the 37 day OJEU notice period.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;

Information and formalities necessary for evaluating if requirements are met:
This will be determined by completion of the pre-qualification questionnaire which will require a certificate of incorporation issued by the registrar of companies and statutory decleration of registration in a professional trade register.
Minimum Level(s) of standards possibly required:
Economically advantageous which presents the best value for money, having regard to the tenderer's ability to meet the service specification requirements and provide a quality service. Further requirements will be set out in the pre-qualification questionnaire and detailed in the tender documents.

III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;

Information and formalities necessary for evaluating if requirements are met:
The completion of the pre-qualification questionnaire which will require a certificate of incorporation issued by the registrar of companies and statutory decleration of registration in a professional trade register.
Minimum Level(s) of standards possibly required:
As detailed in the pre-qualification questionnaire.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Yes
If yes, reference to relevant law, regulation or administrative provision:
All testing, inspection and works must be undertaken in accordance with the 17th edition of the IEE Wiring Regulations 2008 "Requirements for Electrical Installations" and carried out by a competent person as defined by those regulations.
Proof of competency can be achieved by membership of a Competent Person Scheme run by one of the following technical bodies: ECA, NICEIC, ELECSA or NAPIT.
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted

IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Not Provided

IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

IV.2.2)Information about electronic auction:
An electronic auction will be used: No

IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: N/A
IV.3.2)Previous publication(s) concerning the same contract: No

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

Date: 10/07/2013

Payable documents: No

IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 19/07/2013
Time: 16:30
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 02/08/2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English



Section VI: Complementary Information

VI.1)This Is A Recurrent Procurement: Yes
Estimated timing for further notices to be published: 11/06/2016
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: To be considered for selection to tender for this Contract, the pre-qualification questionnaire must be submitted by 19th July 2013. Pre-qualification questionnaire's can be obtained from Stephen Allen as defined in I.1 and will be dispatched within a period of three working days.

The completion and submission of the pre-qualification questionnaire will be deemed to be an expression of interest for the purpose of the 37 day OJEU notice period.
To view this notice, please click here:
https://www.paessex.gov.uk/delta/viewNotice.html?noticeId=62988975
GO-2013611-PRO-4868453 TKR-2013611-PRO-4868452

VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Tendring District Council
Town Hall, Station Road, Clacton On Sea, CO15 1SE, United Kingdom
Tel. +44 1255686868, URL: www.tendringdc.gov.uk

VI.4.2)Lodging of appeals: Contact should be made with Tendring District Council in the first instance.

VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided

VI.5) Date Of Dispatch Of This Notice: 11/06/2013

ANNEX A