Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Bridgend County Borough Council
Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street
Bridgend
CF31 4WB
UK
Contact person: Phil Davies
Telephone: +44 1656642592
E-mail: phil.davies@bridgend.gov.uk
NUTS: UKL17
Internet address(es)
Main address: http://www.bridgend.gov.uk/
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0417
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.etenderwales.bravosolution.co.uk
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:
www.etenderwales.bravosolution.co.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
Provision of Portable Appliance Testing (PAT)
Reference number: B329/18
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
This is an Invitation to Tender for the Provision of Portable Appliance Testing (PAT) to Bridgend County Borough Council (Bridgend CBC).
II.1.5) Estimated total value
Value excluding VAT:
258 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45311000
50000000
31000000
31600000
II.2.3) Place of performance
NUTS code:
UKL17
Main site or place of performance:
Bridgend County Borough Council, Bridgend.
II.2.4) Description of the procurement
This is an Invitation to Tender for the Provision of Portable Appliance Testing (PAT) to Bridgend County Borough Council (Bridgend CBC).
The Inspection and Testing of the Authority’s Portable Appliances shall be carried out in accordance with the requirements of Regulation 4(2) of the Electricity at Work Regulations requires duty-holders only to ensure electrical equipment is maintained “at regular, appropriate intervals” to prevent danger.
MINOR REPAIRS: The Contractor shall, during testing, carry out minor repairs, such as replacement of fuses, rewiring plugs, etc. to achieve a pass status and make appliances safe.
TEST & INSPECTION REQUIREMENTS: The contract shall be based on the Inspection and Testing visits for the works, as identified in the Authority's Specification of Requirements.
See Tender Documents.
II.2.5) Award criteria
Criteria below:
Quality criterion: Account and Contract Management
/ Weighting: 10
Quality criterion: Delivery
/ Weighting: 10
Quality criterion: Quality of Service
/ Weighting: 12
Quality criterion: Sustainability / Environmental Considerations
/ Weighting: 4
Quality criterion: Community Benefits
/ Weighting: 4
Cost criterion: Price - Schedule of Rates (PAT)
/ Weighting: 50
Cost criterion: Price - Hourly Rate – Additional Works
/ Weighting: 10
II.2.6) Estimated value
Value excluding VAT:
258 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2018
End:
31/03/2020
This contract is subject to renewal: Yes
Description of renewals:
With options to extend the Contract as required by the Authority for a further period of up to 24-months on an annual basis.
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:
Yes
Description of options:
The Authority reserves the right to add and remove Portable Appliances to the Property Schedule as a result of its modification programme and as it sees fit during the course of the contract and will expect the contractor to carry out PAT in line with the Schedule of Rates generated from this Tender exercise.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
See Tender Documents
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:
See Tender Documents.
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.2.2) Contract performance conditions
See Tender Documents.
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
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:
16/07/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
16/07/2018
Local time: 14:00
Place:
Estimated Date and Time: Bridgend County Borough Council, Civic Offices, Angel Street, Bridgend. CF31 4WB.
Information about authorised persons and opening procedure:
Members of the Cabinet Services and Corporate Procurement Teams.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Possibly yes? It depends on the implementation of changes with regard to the Corporate Landlord initiative. The requirement may or may not become a service delivered by the Authority using staff directly employed by the Authority?
Potentially, the re-tender date could either be: 31/03/2020, or 31/03/2022 (If all options to extend are taken.), or, not at all if undertaken by the Authority.
VI.3) Additional information
The Authority will observe the mandatory Ten (10) day Standstill period prior to the Award of any Contract.
The Award Criteria (II.2.5) is not listed in order of importance or value.
See Tender Documents.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=82746
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:
No Community Benefits have been specifically listed under this contract, however, please see the statement below.
Procurement is viewed as a key driver for delivering the organisation’s sustainable development commitments. The organisation is striving to develop a vibrant Welsh economy capable of delivering strong and sustainable economic growth by providing opportunities for everyone in Wales. Sustainable Development means ensuring that our actions contribute in the round to social, economic and environmental well-being now and in the future; improving the environment, building stronger communities, reducing social exclusion and poverty and encouraging the development of the economy.
The organisation’s commitment to deliver ‘community benefit’ outcomes from our procurement activity is designed to ensure that wider social and economic issues are taken into account when spending public money. The intention is to achieve the very best value for money in the widest sense.
(WA Ref:82746)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
Bridgend County Borough Council
Bridgend County Borough Council, Procurement Unit, Civic Offices, Angel Street
Bridgend
CF31 4WB
UK
Telephone: +44 1656664529
VI.5) Date of dispatch of this notice
14/06/2018