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