II.2.1) Title
District 1
II.2.2) Additional CPV code(s)
09310000
31682000
45310000
71314100
31625200
45312100
35121700
45312000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Cardiff
II.2.4) Description of the procurement
- The Works generally involve Electrical Testing (and in some cases will include minor remedial works in relation to C1 and C2 classification coded works); along with installation/replacement of some smoke alarms to Domestic Properties (smoke alarm replacement will be at the time of testing).
- Primarily, standard working hours on site will be Monday to Thursday 08:00 hours to 16:30 hours and Friday 08:00 hours to 15:30 hours. Occasionally, Contractors may be required to vary the hours on site to accommodate the needs of the Contract Officer. Any variation to these hours shall be by agreement with the Contract Officer. (No additional payments will be considered for any altered work patterns).
- It is anticipated that the Works will commence November 2018 and must be completed by 31st December 2019. (Please note that if selected to be invited to tender, bidder’s will be required to submit a delivery plan clearly setting out how they will ensure that required timescales are met. If access is gained to all properties the average number of tests to be carried out each month would be 240).
- In general, the Works required will be within occupied dwellings. The Contractor is expected to observe due consideration at all times for the safety, well-being and reasonable convenience of the Authorised tenant/residents during the course of the Works.
- It is the Contractor’s responsibility to gain access to the property.
- It should be noted that gaining access could be problematic in some properties. Should the Contractors be unable to gain access, and therefore not complete the works, then the Council will not expect to be invoiced for work at that property.
- The Contractor will be expected to arrange access by letter and pre-arranged appointments.
- The Contractor shall have a written, record and a verifiable process in place to obtain access to the dwellings, and reasons for failure to obtain access in each and every case; and these difficult to access dwellings will be reported monthly to the Councils Contract Administrator for further investigation/action.
- The works will not be considered complete unless a fully completed and signed electrical testing certificate accompanies the application for payment.
- Such applications should be submitted continuously and regularly over the contract period in line with the Contractor’s operational delivery plan.
- The Council will not process a payment for failure to obtain access or presentation of the required certification.
- It should be noted that the Council will issue the orders in batches, and expects the delivery plan to be adhered to. Failure to comply with this requirement may result in the Council not issuing further orders.
- Batches will be issued following certification expiry order, i.e. oldest (2008) to youngest (2018)
The Council has concluded that its requirements are best achieved by splitting the works into two districts (District 1 – North East and District 2 – South West); and will be appointing two Contractors to deliver these works .(One for each District).
An indication of the likely volumes are provided in the PQQ documents.
Please note that if selected to be invited to tender bidders will be required to submit a bid for both Districts; however, the Council will limit the award to one district for successful contractors.
Bidders will be required to rank their preferred Districts 1st or 2nd.
Account will be taken of this preference in determining the District successful Contractor’s will be appointed to. The highest ranked tender will be appointed their preferred District, the next highest ranked tender will be appointed their preferred District unless it has already been allocated to the ranked 1 tender; and in which case the 2nd preference District will be allocated.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
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.2.1) Title
District 2
II.2.2) Additional CPV code(s)
45310000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
- The Works generally involve Electrical Testing (and in some cases will include minor remedial works in relation to C1 and C2 classification coded works); along with installation/replacement of some smoke alarms to Domestic Properties (smoke alarm replacement will be at the time of testing).
- Primarily, standard working hours on site will be Monday to Thursday 08:00 hours to 16:30 hours and Friday 08:00 hours to 15:30 hours. Occasionally, Contractors may be required to vary the hours on site to accommodate the needs of the Contract Officer. Any variation to these hours shall be by agreement with the Contract Officer. (No additional payments will be considered for any altered work patterns).
- It is anticipated that the Works will commence November 2018 and must be completed by 31st December 2019. (Please note that if selected to be invited to tender, bidder’s will be required to submit a delivery plan clearly setting out how they will ensure that required timescales are met. If access is gained to all properties the average number of tests to be carried out each month would be 240).
- In general, the Works required will be within occupied dwellings. The Contractor is expected to observe due consideration at all times for the safety, well-being and reasonable convenience of the Authorised tenant/residents during the course of the Works.
- It is the Contractor’s responsibility to gain access to the property.
- It should be noted that gaining access could be problematic in some properties. Should the Contractors be unable to gain access, and therefore not complete the works, then the Council will not expect to be invoiced for work at that property.
- The Contractor will be expected to arrange access by letter and pre-arranged appointments.
- The Contractor shall have a written, record and a verifiable process in place to obtain access to the dwellings, and reasons for failure to obtain access in each and every case; and these difficult to access dwellings will be reported monthly to the Councils Contract Administrator for further investigation/action.
- The works will not be considered complete unless a fully completed and signed electrical testing certificate accompanies the application for payment.
- Such applications should be submitted continuously and regularly over the contract period in line with the Contractor’s operational delivery plan.
- The Council will not process a payment for failure to obtain access or presentation of the required certification.
- It should be noted that the Council will issue the orders in batches, and expects the delivery plan to be adhered to. Failure to comply with this requirement may result in the Council not issuing further orders.
- Batches will be issued following certification expiry order, i.e. oldest (2008) to youngest (2018)
The Council has concluded that its requirements are best achieved by splitting the works into two districts (District 1 – North East and District 2 – South West); and will be appointing two Contractors to deliver these works .(One for each District).
An indication of the likely volumes are provided in the PQQ documents.
Please note that if selected to be invited to tender bidders will be required to submit a bid for both Districts; however, the Council will limit the award to one district for successful contractors.
Bidders will be required to rank their preferred Districts 1st or 2nd.
Account will be taken of this preference in determining the District successful Contractor’s will be appointed to. The highest ranked tender will be appointed their preferred District, the next highest ranked tender will be appointed their preferred District unless it has already been allocated to the ranked 1 tender; and in which case the 2nd preference District will be allocated.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
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