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 Award Notice

Supply of Electrical Testing Services Y23003

  • First published: 05 May 2023
  • Last modified: 05 May 2023

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-h6vhtk-037ec1
Published by:
Kent County Council (t/a KCS Procurement Services)
Authority ID:
AA81638
Publication date:
05 May 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A portable appliance is an item of electrical equipment which is connected to the power supply with a flex and a plug. This includes computers and their components. Testing engineers will inspect, test and certify all your portable appliances, as covered by the Institute of Electrical Engineers (IEE) Code of Practice, and provide advice as to their condition and safety. A written report and test certificate will be provided as evidence that the portable appliances have had a combined inspection and electrical safety test.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Kent County Council (t/a KCS Procurement Services)

Head Office, 1 Abbey Wood Group, Kings Hill

West Malling

ME19 4YT

UK

Contact person: Miss Tamara Stevens

E-mail: csgprocurement@csltd.org.uk

NUTS: UK

Internet address(es)

Main address: http://www.commercialservices.org.uk

Address of the buyer profile: http://www.commercialservices.org.uk

I.2) Joint procurement

The contract is awarded by a central purchasing body

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

Supply of Electrical Testing Services Y23003

Reference number: DN641073

II.1.2) Main CPV code

71314100

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Framework Agreement will be split into 3 LOTs:

LOT 1 – Portable Appliance Testing (PAT)

A portable appliance is an item of electrical equipment which is connected to the power supply with a flex and a plug. This includes computers and their components. Testing engineers will inspect, test and certify all portable appliances, as covered by the Institute of Electrical Engineers (IEE) Code of Practice, and provide advice as to their condition and safety. A written report and test certificate will be provided as evidence that the portable appliances have had a combined inspection and electrical safety test.

LOT 2 – Fixed Installation Testing (FIT)

A fixed electrical installation includes all parts of a distribution system from the main incoming supply point through to wiring accessories such as sockets and light fittings. Engineers are looking to identify any potentially dangerous defects within the system that may lead to fire or injury. The benchmark for this inspection and test process is BS 7671 (The IEE Wiring Regulations) which provides guidance on how systems must be designed, installed and maintained. After an initial visual inspection, several electronic tests are carried out by injecting test voltages and current through the system to determine the integrity and functionality of cables, accessories and disconnection devices. This form of test and inspection is paramount to safety in the workplace. A written Periodic Inspection Report will be provided as evidence that the fixed installations have had a combined inspection and electrical safety test. In addition to details and characteristics of the installation that has been tested the report will also provide the client with a list of any defects or deviations from the British Standard that may have been identified during testing.

LOT 3 – Electrical Testing of Street Lighting and Street Furniture

Each street lighting asset, illuminated signs/bollards and similar street furniture that requires electrical testing will have the following tests carried out and the results recorded in electronic format;

• Visual inspection to establish the condition of all electrical components, fixings, wiring and terminations, and integrity of the column door and surround;

• Verification of correct rating of protective device, continuity of protective conductors and earth bonding;

• Insulation resistance between live/earth and neutral/earth with assembly wiring disconnected;

• Earth fault loop impedance at District Network Operator supply cut-out;

• Capacitance Test shall be carried out and the results of measured values recorded against stated values.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Lowest offer: .10  GBP/ Highest offer: 10 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Portable Appliance Testing (PAT)

II.2.2) Additional CPV code(s)

71314100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

A portable appliance is an item of electrical equipment which is connected to the power supply with a flex and a plug. This includes computers and their components. Testing engineers will inspect, test and certify all your portable appliances, as covered by the Institute of Electrical Engineers (IEE) Code of Practice, and provide advice as to their condition and safety. A written report and test certificate will be provided as evidence that the portable appliances have had a combined inspection and electrical safety test.

II.2.5) Award criteria

Quality criterion: Delivering the Framework Agreement / Weighting: 25

Quality criterion: Customer Service and Account Management / Weighting: 25

Quality criterion: Accreditations and Industry Standards / Weighting: 10

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  30

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

Fixed Installation Testing (FIT)

II.2.2) Additional CPV code(s)

71314100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

A fixed electrical installation includes all parts of a distribution system from the main incoming supply point through to wiring accessories such as sockets and light fittings, and everything in between. The process of FIT involves a similar process to that of PAT in that a thorough visual inspection is carried out along with electronic tests. Engineers need to look at identifying any potentially dangerous defects within the system that may lead to fire or injury. The benchmark for this inspection and test process is BS 7671 (The IEE Wiring Regulations) which provides guidance on how systems must be designed, installed and maintained. After an initial visual inspection, several electronic tests will need to be carried out by injecting test voltages and current through the system to determine the integrity and functionality of cables, accessories and disconnection devices. This form of test and inspection is paramount to safety in the workplace. A written Periodic Inspection Report will need to be provided as evidence that the fixed installations have had a combined inspection and electrical safety test. In addition to details and characteristics of the installation that has been tested the report will also need to provide the client with a list of any defects or deviations from the British Standard that may have been identified during testing.

II.2.5) Award criteria

Quality criterion: Delivering the Framework Agreement / Weighting: 25

Quality criterion: Customer Service and Account Management / Weighting: 25

Quality criterion: Accreditations and Industry Standards / Weighting: 10

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  30

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: 3

II.2.1) Title

Electrical Testing off Street Lighting and Street Furniture

II.2.2) Additional CPV code(s)

71314100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Each street lighting asset, illuminated signs/bollards and similar street furniture that requires electrical testing will need to have as a minimum the following tests carried out and the results recorded in electronic format;

• Visual inspection to establish the condition of all electrical components, fixings, wiring and terminations, and integrity of the column door and surround;

• Verification of correct rating of protective device, continuity of protective conductors and earth bonding;

• Insulation resistance between live/earth and neutral/earth with assembly wiring disconnected;

• Earth fault loop impedance at District Network Operator supply cut-out;

• Capacitance Test shall be carried out and the results of measured values recorded against stated values.

II.2.5) Award criteria

Quality criterion: Delivering the Framework Agreement / Weighting: 25

Quality criterion: Customer Service and Account Management / Weighting: 25

Quality criterion: Accreditations and Industry Standards / Weighting: 10

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  30

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.1.3) 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:

2022/S 000-031081

Section V: Award of contract

Lot No: 1

Contract No: Y23003

Title: Portable Appliance Testing

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

PFL ELECTRICAL LTD

London

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

JR PAT TESTING LTD

Devon

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

AJS LIMITED

Essex

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

OPENVIEW SECURITY SOLUTIONS LTD

Essex

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

RGE SERVICES LTD

Essex

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

The WIGGETT GROUP LTD

Brentwood

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 1

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

FIXATEX LTD

Hertfordshire

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: Y23003

Title: Fixed Installation Testing

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

PFL ELECTRICAL LTD

London

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

NIBLOCK BUILDING CONTRACTORS

London

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

AJS LIMITED

Essex

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

RGE SERVICES LTD

Essex

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

OPENVIEW SECURITY SOLUTIONS LTD

Essex

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

The WIGGETT GROUP LTD

Brentwood

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

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

V.2.3) Name and address of the contractor

FIXATEX LTD

Hertfordshire

UK

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: Lowest offer: .10  GBP / Highest offer: 3 500 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: Y23003

Title: Electrical Testing of Street Lighting and Street Furniture

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

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

V.2.3) Name and address of the contractor

RGE SERVICES LTD

Essex

UK

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: Lowest offer: .10  GBP / Highest offer: 3 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

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

V.2.3) Name and address of the contractor

FIXATEX LTD

Hertfordshire

UK

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: Lowest offer: .10  GBP / Highest offer: 3 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

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

V.2.3) Name and address of the contractor

The WIGGETT GROUP LTD

Brentwood

UK

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: Lowest offer: .10  GBP / Highest offer: 3 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Contract No: Y23003

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

20/03/2023

V.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 4

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 7

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

V.2.3) Name and address of the contractor

J MCCANN LTD

Nottingham

UK

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: Lowest offer: .10  GBP / Highest offer: 3 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

Commercial Services Kent Limted

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

UK

E-mail: csgprocurement@csltd.org.uk

VI.5) Date of dispatch of this notice

04/05/2023

Coding

Commodity categories

ID Title Parent category
71314100 Electrical services Energy and related 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:
csgprocurement@csltd.org.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.