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.

02 Contract Notice

Framework for Electrical Testing 2018/2019

  • First published: 17 May 2018
  • Last modified: 17 May 2018

Contents

Summary

OCID:
ocds-kuma6s-081738
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
17 May 2018
Deadline date:
13 June 2018
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This procurement is for electrical testing (and in some cases will include minor remedial works); and the installation or replacement of some smoke alarms to domestic properties (smoke alarm replacement will be at the time of testing). It should be noted that the Council has a framework agreement under which it generally sources such work. However, the work included in this procurement is additional work which is required to be delivered by 31st December 2019; and in order to meet this requirement the Council has taken the decision to procure this programme outside of the aforementioned framework. Dwellings will vary in age and condition and the Contractor must make due allowance for this. CPV: 31681100, 09310000, 31682000, 45310000, 71314100, 31625200, 45312100, 35121700, 45312000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Telephone: +44 2920873701

E-mail: Coporate.procurement@cardiff.gov.uk

NUTS: UKL22

Internet address(es)

Main address: www.cardiff.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://supplierlive.proactisp2p.com/Account/Login?s=Manual


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/Account/Login?s=Manual


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?s=Manual


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework for Electrical Testing 2018/2019

Reference number: ERFX1004582

II.1.2) Main CPV code

31681100

 

II.1.3) Type of contract

Services

II.1.4) Short description

This procurement is for electrical testing (and in some cases will include minor remedial works); and the installation or replacement of some smoke alarms to domestic properties (smoke alarm replacement will be at the time of testing).

It should be noted that the Council has a framework agreement under which it generally sources such work. However, the work included in this procurement is additional work which is required to be delivered by 31st December 2019; and in order to meet this requirement the Council has taken the decision to procure this programme outside of the aforementioned framework.

Dwellings will vary in age and condition and the Contractor must make due allowance for this.

II.1.5) Estimated total value

Value excluding VAT: 1 187 600.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

09310000

31682000

45310000

71314100

31625200

45312100

35121700

45312000

II.2.3) Place of performance

NUTS code:

UKL22


Main site or place of performance:

Cardiff

II.2.4) Description of the procurement

- The Works generally involve Electrical Testing (and in some cases will include minor remedial works in relation to C1 and C2 classification coded works); along with installation/replacement of some smoke alarms to Domestic Properties (smoke alarm replacement will be at the time of testing).

- Primarily, standard working hours on site will be Monday to Thursday 08:00 hours to 16:30 hours and Friday 08:00 hours to 15:30 hours. Occasionally, Contractors may be required to vary the hours on site to accommodate the needs of the Contract Officer. Any variation to these hours shall be by agreement with the Contract Officer. (No additional payments will be considered for any altered work patterns).

- It is anticipated that the Works will commence November 2018 and must be completed by 31st December 2019. (Please note that if selected to be invited to tender, bidder’s will be required to submit a delivery plan clearly setting out how they will ensure that required timescales are met. If access is gained to all properties the average number of tests to be carried out each month would be 240).

- In general, the Works required will be within occupied dwellings. The Contractor is expected to observe due consideration at all times for the safety, well-being and reasonable convenience of the Authorised tenant/residents during the course of the Works.

- It is the Contractor’s responsibility to gain access to the property.

- It should be noted that gaining access could be problematic in some properties. Should the Contractors be unable to gain access, and therefore not complete the works, then the Council will not expect to be invoiced for work at that property.

- The Contractor will be expected to arrange access by letter and pre-arranged appointments.

- The Contractor shall have a written, record and a verifiable process in place to obtain access to the dwellings, and reasons for failure to obtain access in each and every case; and these difficult to access dwellings will be reported monthly to the Councils Contract Administrator for further investigation/action.

- The works will not be considered complete unless a fully completed and signed electrical testing certificate accompanies the application for payment.

- Such applications should be submitted continuously and regularly over the contract period in line with the Contractor’s operational delivery plan.

- The Council will not process a payment for failure to obtain access or presentation of the required certification.

- It should be noted that the Council will issue the orders in batches, and expects the delivery plan to be adhered to. Failure to comply with this requirement may result in the Council not issuing further orders.

- Batches will be issued following certification expiry order, i.e. oldest (2008) to youngest (2018)

The Council has concluded that its requirements are best achieved by splitting the works into two districts (District 1 – North East and District 2 – South West); and will be appointing two Contractors to deliver these works .(One for each District).

An indication of the likely volumes are provided in the PQQ documents.

Please note that if selected to be invited to tender bidders will be required to submit a bid for both Districts; however, the Council will limit the award to one district for successful contractors.

Bidders will be required to rank their preferred Districts 1st or 2nd.

Account will be taken of this preference in determining the District successful Contractor’s will be appointed to. The highest ranked tender will be appointed their preferred District, the next highest ranked tender will be appointed their preferred District unless it has already been allocated to the ranked 1 tender; and in which case the 2nd preference District will be allocated.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 1 187 600.00  GBP

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

Start: 01/11/2018

End: 31/12/2019

This contract is subject to renewal: No

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

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

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: 13/06/2018

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 14/06/2018

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

EN

CY

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

May be a requirement to procure this scheme in the future

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

We reserve the right to appoint a replacement contractor in the event of one of the contractors initially being appointed withdrawing.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=81738.

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:

Will be included within the Invitation to Tender

(WA Ref:81738)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Telephone: +44 2920873732

Internet address(es)

URL: www.cardiff.gov.uk

VI.5) Date of dispatch of this notice

15/05/2018

Coding

Commodity categories

ID Title Parent category
45312000 Alarm system and antenna installation work Electrical installation work
35121700 Alarm systems Security equipment
31681100 Electrical contacts Electrical accessories
45310000 Electrical installation work Building installation work
71314100 Electrical services Energy and related services
09310000 Electricity Electricity, heating, solar and nuclear energy
31682000 Electricity supplies Electrical supplies and accessories
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

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.

Document family

Notice details
Publication date:
17 May 2018
Deadline date:
13 June 2018 00:00
Notice type:
02 Contract Notice
Authority name:
Cardiff Council
Publication date:
31 July 2019
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Cardiff Council

About the buyer

Main contact:
Coporate.procurement@cardiff.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.