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.

Contract Notice

Invitation to Tender for the Provision for Electric installation condition report and minor repairs for Chesterfield Borough Council housing stock.

  • First published: 27 February 2024
  • Last modified: 27 February 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-043cbe
Published by:
Chesterfield Borough Council
Authority ID:
AA20820
Publication date:
27 February 2024
Deadline date:
08 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Contractor is responsible for conducting periodic inspections and testing of existing electrical installations. The work is expected to ensure the safety of individuals, animals, and property, comply with the IEE Wiring Regulations 18th Edition (BS7671:2018), and identify any installation defects or non-compliance with the regulations. Testing procedures must cover various aspects, including continuity, insulation resistance, polarity, earth electrode resistance, automatic disconnection, earth loop impedance, prospective fault current, functional testing, and voltage drop verification.

The contractor will be required to replace existing Smoke and or Carbon monoxide detectors if during the test they are found to be out of date or that will become out of date within 12 months of the EICR being carried out. The replaced detector must be returned to the Contract administrator.

The following clauses detail the method and minimum standard of procedure to be adopted, for electrical inspection, testing and verification of existing installations. All items that are relevant must be adhered to and permission to deviate from any clauses must be obtained in writing from the Contract Administrator prior to commencing the work.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Chesterfield Borough Council

Town Hall, Rose Hill

Chesterfield

S40 1LP

UK

Contact person: Mr Richard Williams

Telephone: +44 0

E-mail: richard.williams@chesterfield.gov.uk

NUTS: UKF1

Internet address(es)

Main address: https://www.chesterfield.gov.uk

Address of the buyer profile: https://www.chesterfield.gov.uk

I.3) Communication

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

https://procontract.due-north.com/Advert/Index?advertId=b61ccb8d-8fd4-ee11-8127-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Advert/Index?advertId=b61ccb8d-8fd4-ee11-8127-005056b64545


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

Invitation to Tender for the Provision for Electric installation condition report and minor repairs for Chesterfield Borough Council housing stock.

Reference number: DN712766

II.1.2) Main CPV code

71600000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Electrical Installation Condition Report will take place in the Chesterfield Borough Councils housing stock. There is a Circa of 8700 Council owned properties on a 5-year repeated cycle.

Our primary responsibility is to ensure that all properties within our housing stock are maintained at the highest safety standards. To achieve this, the Council mandates Electrical Installation Condition Report (EICR) testing for all domestic properties, whether they are occupied or vacant.

This rigorous EICR testing process is integral to our commitment to resident safety. It involves comprehensive assessments of electrical installations, identifying potential hazards, and ensuring compliance with safety regulations. By conducting these tests, we guarantee that our housing stock remains secure, reducing the risk of electrical accidents, fires, and related hazards. Moreover, it is essential for our duty of care to both our current tenants and future occupants.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45311000

II.2.3) Place of performance

NUTS code:

UKF1

II.2.4) Description of the procurement

The Contractor is responsible for conducting periodic inspections and testing of existing electrical installations. The work is expected to ensure the safety of individuals, animals, and property, comply with the IEE Wiring Regulations 18th Edition (BS7671:2018), and identify any installation defects or non-compliance with the regulations. Testing procedures must cover various aspects, including continuity, insulation resistance, polarity, earth electrode resistance, automatic disconnection, earth loop impedance, prospective fault current, functional testing, and voltage drop verification.

The contractor will be required to replace existing Smoke and or Carbon monoxide detectors if during the test they are found to be out of date or that will become out of date within 12 months of the EICR being carried out. The replaced detector must be returned to the Contract administrator.

The following clauses detail the method and minimum standard of procedure to be adopted, for electrical inspection, testing and verification of existing installations. All items that are relevant must be adhered to and permission to deviate from any clauses must be obtained in writing from the Contract Administrator prior to commencing the work.

II.2.5) Award criteria

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

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

End: 01/06/2029

This contract is subject to renewal: No

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: 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

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: 08/04/2024

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 26/02/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

London

UK

VI.5) Date of dispatch of this notice

26/02/2024

Coding

Commodity categories

ID Title Parent category
45311000 Electrical wiring and fitting work Electrical installation work
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
richard.williams@chesterfield.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.