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.

03 Contract Award Notice - Successful Supplier(s)

Framework for Electrical Testing 2018/2019

  • First published: 31 July 2019
  • Last modified: 31 July 2019

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)

Contents

Summary

OCID:
ocds-kuma6s-081738
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
31 July 2019
Deadline date:
-
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This procurement was for electrical testing (and in some cases will include minor remedial works); and the installation or replacement of some smoke alarms to domestic properties (smoke alarm replacement will be at the time of testing). It should be noted that the Council has a framework agreement under which it generally sources such work. However, the work included in this procurement is additional work which is required to be delivered by 31st December 2019; and in order to meet this requirement the Council has taken the decision to procure this programme outside of the aforementioned framework. Dwellings will vary in age and condition and the Contractor must make due allowance for this. CPV: 09310000, 31682000, 45310000, 71314100, 31625200, 45312100, 35121700, 45312000, 45310000, 31681100.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Telephone: +44 2920873701

E-mail: Coporate.procurement@cardiff.gov.uk

NUTS: UKL22

Internet address(es)

Main address: www.cardiff.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework for Electrical Testing 2018/2019

Reference number: ERFX1004582

II.1.2) Main CPV code

31681100

 

II.1.3) Type of contract

Services

II.1.4) Short description

This procurement was for electrical testing (and in some cases will include minor remedial works); and the installation or replacement of some smoke alarms to domestic properties (smoke alarm replacement will be at the time of testing).

It should be noted that the Council has a framework agreement under which it generally sources such work. However, the work included in this procurement is additional work which is required to be delivered by 31st December 2019; and in order to meet this requirement the Council has taken the decision to procure this programme outside of the aforementioned framework.

Dwellings will vary in age and condition and the Contractor must make due allowance for this.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 1 367 545.26  GBP

II.2) Description

Lot No: 1

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

Lot No: 2

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 092-208973

Section V: Award of contract

Lot No: 1

Title: District 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/10/2018

V.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Starlight electrical

20 Pentwyn Isaf

Caerphilly

CF83 2NR

UK

Telephone: +44 7971730270

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 596 580.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Title: District 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

23/10/2018

V.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Wates

Wates House, Station Approach

Leatherhead

KT22 7SW

UK

Telephone: +44 1372861000

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 770 965.25  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

We reserve the right to appoint a replacement contractor in the event of one of the contractors initially being appointed withdrawing.

(WA Ref:94362)

VI.4) Procedures for review

VI.4.1) Review body

Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Telephone: +44 2920873732

Internet address(es)

URL: www.cardiff.gov.uk

VI.5) Date of dispatch of this notice

29/07/2019

Coding

Commodity categories

ID Title Parent category
45312000 Alarm system and antenna installation work Electrical installation work
35121700 Alarm systems Security equipment
31681100 Electrical contacts Electrical accessories
45310000 Electrical installation work Building installation work
71314100 Electrical services Energy and related services
09310000 Electricity Electricity, heating, solar and nuclear energy
31682000 Electricity supplies Electrical supplies and accessories
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

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.

Document family

Notice details
Publication date:
17 May 2018
Deadline date:
13 June 2018 00:00
Notice type:
02 Contract Notice
Authority name:
Cardiff Council
Publication date:
31 July 2019
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Cardiff Council

About the buyer

Main contact:
Coporate.procurement@cardiff.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.