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

Electrical Services Facilities Management Contract Across West Yorkshire

  • First published: 07 January 2020
  • Last modified: 07 January 2020
  • 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:
Published by:
West Yorkshire Fire and Rescue Authority
Authority ID:
AA78505
Publication date:
07 January 2020
Deadline date:
14 February 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

West Yorkshire Fire and Rescue Authority

Electrical services facilities management contract

Expression of interest

1.7.2020 to 30.6.2023

Applications are invited from suitably qualified and experienced electrical building services contractors who wish to be considered for the provision of a 3-year term electrical maintenance facilities management contract upon all fire authority properties across the West Yorkshire area.

The contract will be initially let for 3 years with the option to extend for 2 further individual years.

The contract will include the inspection, testing, maintenance and repair of the following:

— fixed wiring,

— lightning protection conductors,

— emergency lighting,

— fixed and portable appliances,

— fire alarms,

— microwave ovens,

— switchgear.

The contract will also include a general and an emergency call out service on a 365 day per year, 24 hours a day basis.

Contractors are required to be members of the following:

— ECA,

— NICEIC.

And shall also be registered with a Safety Scheme in Procurement (SSIP) member scheme.

The fire alarm works will be subject to BAFE requirements, membership and accreditation.

Applicants will be required to satisfy enhanced security and health and safety requirements.

There is no pre-qualification questionnaire to complete, but contractors shall provide the following information with their submission to register their interest:

— brief resume of company,

— management and workforce structure,

— financial values of work undertaken,

— geographical work areas.

Applicants shall also provide evidence of their required trade accreditation and membership details.

Further required submission details include:

— summary trading accounts for the last 3 years,

— bank reference details,

— company health and safety policy,

— confirmation of compliance with the Asylum and Immigration Act 2006,

— evidence of HMG Security Policy Framework baseline personnel security standard checks,

— 5 000 000 GBP public liability insurance certificate,

— 5 000 000 GBP products liability insurance certificate,

— 10 000 000 GBP employers liability insurance certificate,

— 2 000 000 GBP professional indemnity insurance certificate,

— tax certificate details,

— 3 client reference contacts, preferably including one public sector body.

Responses will be assessed for suitability prior to shortlisting for invitations to tender and awarding of the contract.

Those willing to respond to this notice should reply electronically by email by noon 14.2.2020 to West Yorkshire Fire and Rescue Service, care of the following company:

wyfrs@robertwhetham.co.uk

Robert Whetham Associates Ltd

West Yorkshire Office

Hub 26

Hunsworth Lane

Cleckheaton

West Yorkshire

BD19 4LN

Tel:01274 317323

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West Yorkshire Fire and Rescue Authority

United Kingdom

Oakroyd Hall, Birkenshaw, West Yorkshire

Bradford

BD11 2DY

UK

Contact person: Robert Whetham

Telephone: +44 1274317323

E-mail: wyfrs@robertwhetham.co.uk

NUTS: UKE4

Internet address(es)

Main address: https://westyorksfire.gov.uk

Address of the buyer profile: http://westyorksfire.gov.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://robertwhetham.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://robertwhetham.co.uk/


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Metropolitan West Yorkshire Fire Authority

I.5) Main activity

Other: Emergency Fire and Rescue Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Electrical Services Facilities Management Contract Across West Yorkshire

II.1.2) Main CPV code

50711000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Electrical building service inspection, testing, maintenance and repair works across various electrical service installations in strategically located fire authority buildings across the whole of West Yorkshire.

II.1.5) Estimated total value

Value excluding VAT: 200 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKE4


Main site or place of performance:

West Yorkshire.

II.2.4) Description of the procurement

West Yorkshire Fire and Rescue Authority

Electrical services facilities management contract

Expression of interest

1.7.2020 to 30.6.2023

Applications are invited from suitably qualified and experienced electrical building services contractors who wish to be considered for the provision of a 3-year term electrical maintenance facilities management contract upon all fire authority properties across the West Yorkshire area.

The contract will be initially let for 3 years with the option to extend for 2 further individual years.

The contract will include the inspection, testing, maintenance and repair of the following:

— fixed wiring,

— lightning protection conductors,

— emergency lighting,

— fixed and portable appliances,

— fire alarms,

— microwave ovens,

— switchgear.

The contract will also include a general and an emergency call out service on a 365 day per year, 24 hours a day basis.

Contractors are required to be members of the following:

— ECA,

— NICEIC.

And shall also be registered with a Safety Scheme in Procurement (SSIP) member scheme.

The fire alarm works will be subject to BAFE requirements, membership and accreditation.

Applicants will be required to satisfy enhanced security and health and safety requirements.

There is no pre-qualification questionnaire to complete, but contractors shall provide the following information with their submission to register their interest:

— brief resume of company,

— management and workforce structure,

— financial values of work undertaken,

— geographical work areas.

Applicants shall also provide evidence of their required trade accreditation and membership details.

Further required submission details include:

— summary trading accounts for the last 3 years,

— bank reference details,

— company health and safety policy,

— confirmation of compliance with the Asylum and Immigration Act 2006,

— evidence of HMG Security Policy Framework baseline personnel security standard checks,

— 5 000 000 GBP public liability insurance certificate,

— 5 000 000 GBP products liability insurance certificate,

— 10 000 000 GBP employers liability insurance certificate,

— 2 000 000 GBP professional indemnity insurance certificate,

— tax certificate details,

— 3 client reference contacts, preferably including one public sector body.

Responses will be assessed for suitability prior to shortlisting for invitations to tender and awarding of the contract.

Those willing to respond to this notice should reply electronically by email by noon 14.2.2020 to West Yorkshire Fire and Rescue Service, care of the following company:

wyfrs@robertwhetham.co.uk

Robert Whetham Associates Ltd

West Yorkshire Office

Hub 26

Hunsworth Lane

Cleckheaton

West Yorkshire

BD19 4LN

Tel:01274 317323

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: 200 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Possibly an extension of 2 individual additional years after the initial contracted 3 years.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

A minimum of 5 candidates will be selected and invited to tender following the suitability assessment of received expressions of interest.

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

All as detailed in II.2.4) above.

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:

Typical electrical contractor accreditations:

ECA, NICEIC and Safe Systems in Procurement (SSIP)

Fire Alarm Works subject to BAFE requirements, membership and accreditation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Contractors to be of general sound financial standing. Specialist credit and financial checks to be undertaken for suitability to undertake this level of contracted work.


Minimum level(s) of standards required:

N/A

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

Suitably qualified and experienced, competent electrical building services contractors required.

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.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/02/2020

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 02/03/2020

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: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=461037571

GO Reference: GO-202013-PRO-15761922

VI.4) Procedures for review

VI.4.1) Review body

West Yorkshire Fire and Rescue Authority

Oakroyd Hall, Birkenshaw, West Yorkshire

Bradford

BD11 2DY

UK

Telephone: +44 1274655871

E-mail: noel.rodriguez@westyorksfire.gov.uk

Internet address(es)

URL: http://westyorksfire.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Deadline 31.3.2020.

VI.5) Date of dispatch of this notice

03/01/2020

Coding

Commodity categories

ID Title Parent category
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations

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:
wyfrs@robertwhetham.co.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.