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