Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Medway Council
Medway Council, Gun Wharf, Dock Road
Chatham
ME4 4TR
UK
Contact person: Mr Nigel Ford
Telephone: +44 1634332088
E-mail: nigel.ford@medway.gov.uk
NUTS: UKJ41
Internet address(es)
Main address: http://www.medway.gov.uk/
Address of the buyer profile: http://www.medway.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.kentbusinessportal.org.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.kentbusinessportal.org.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
HRA - Electrical Testing & Associated Works
Reference number: DN684971
II.1.2) Main CPV code
45310000
II.1.3) Type of contract
Works
II.1.4) Short description
Medway Council wish to appoint an experienced and professional contractor to undertake electrical testing and associated works, which will include the following; Electrical Testing; Smoke Detection (replacement); Domestic Rewire Programme; PIR Domestic; PIR Remedials; PIR Communals; PIR communal remedials; Emergency Lighting Testing; Emergency lighting replacement; PAT
testing and EVCP.
The Contract will be for an initial period of 6 years with an option to extend for a further period 3 years plus 3 years up to a total of 12 years. The maximum contract term will therefore be 12 years.
II.1.5) Estimated total value
Value excluding VAT:
7 860 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
38431200
45310000
45311000
45311100
45311200
71314100
II.2.3) Place of performance
NUTS code:
UKJ41
II.2.4) Description of the procurement
Medway Council wish to appoint an experienced and professional contractor to undertake electrical testing and associated works, which will include the following; Electrical Testing; Smoke Detection (replacement); Domestic Rewire Programme; PIR Domestic; PIR Remedials; PIR Communals; PIR communal remedials; Emergency Lighting Testing; Emergency lighting replacement; PAT
testing and EVCP.
The Contract will be for an initial period of 6 years with an option to extend for a further period 3 years plus 3 years up to a total of 12 years. The maximum contract term will therefore be 12 years.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
7 860 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: Yes
Description of renewals:
The Contract will be for an initial period of 6 years with an option to extend for a further period 3 years plus 3 years up to a total of 12 years. The maximum contract term will therefore be 12 years.
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
The Council, envisages inviting the top 5 Candidates to Tender, who will have achieved the highest score, out of the maximum score available. In the event of a tied score amongst the fifth ranked position, the Council will invite all tied score Candidates to tender.
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
II.2.14) Additional information
The indicative contract value and term of the contract is based upon the maximum term including all extensions. All values are exclusive of VAT.
The price evaluation is split as 55% price and 5% social value metrics evaluation.
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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:
14/09/2023
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
23/10/2023
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
Duration in months: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court of England & Wales
London
UK
VI.4.2) Body responsible for mediation procedures
High Court of England & Wales
London
UK
VI.5) Date of dispatch of this notice
15/08/2023