Award

Tender for the Provision of a Planned Maintenance Service for Hardwire Electrical Testing Services

BUCKINGHAMSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

11 Aug 2023 at 15:24

Tender

30 Jan 2023 at 16:15

Summary of the contracting process

The Buckinghamshire Council has completed the procurement process for a Planned Maintenance Service for Hardwire Electrical Testing Services. The council sought an experienced supplier to deliver this service, including statutory compliance, electrical testing, and emergency call out facilities, for various property types within Buckinghamshire. The initial contract term of three years, starting on 1st October 2023, with an option to extend for a further 24 months, had a total value of GBP 480,000. The procurement method used was a selective procedure.

This tender presents an opportunity for businesses in the electrical services industry to engage with the Buckinghamshire Council in delivering essential maintenance services. Suitable businesses should be registered with relevant trade associations and hold necessary certifications for working with electrical services. The contract offers prospects for growth and long-term engagement, with flexibility built-in to accommodate changes and extensions beyond the initial term.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Tender for the Provision of a Planned Maintenance Service for Hardwire Electrical Testing Services

Notice Description

Buckinghamshire Council was seeking an experienced supplier to deliver its Planned Maintenance Service for Hardwire Electrical Testing Services. This service includes the provision of the following elements: * Statutory Compliance * The Electrical Testing part of Planned Preventative Maintenance (PPM) * Single Point of Contact and Emergency 24/7 Call Out Facility The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate , County Parks Estate The principal elements for the testing are all electrical circuits, distribution panels and mains intakes within each contracted premises

Lot Information

Lot 1

Buckinghamshire Council was seeking an experienced supplier to deliver its Planned Maintenance Service for Hardwire Electrical Testing Services. This service includes the provision of the following elements: * Statutory Compliance * The Electrical Testing part of Planned Preventative Maintenance (PPM) * Single Point of Contact and Emergency 24/7 Call Out Facility The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate , County Parks Estate The principal elements for the testing are all electrical circuits, distribution panels and mains intakes within each contracted premises. Reactive and minor works are NOT provided under this contract. The Council requires a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific. Following the formal unification of 5 former councils (namely Buckinghamshire County Council, Aylesbury Vale District Council, Chiltern District Council, South Bucks District Council and Wycombe District Council) in April 2020, the Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term. Suppliers must be registered with the appropriate confederation or association related to the respective trades involved, eg: NICEIC or ECA. In addition suppliers must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services. The contract start date is anticipated to be 1st October 2023. The initial term will be for three years with an option to extend for a further 24 months. TUPE may apply to this contract. Additional information: The contract value in II.1.7 and V2.4 covers the initial 36 month contract term. The value is for a modelled scenario based on the Council's current list of properties and number of circuits per property.

Options: An option to extend for a period, or consecutive periods, of up to 24 months, after the initial 3 year term.

Renewal: An option to extend for a period, or consecutive periods, of up to 24 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03a134
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/023630-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50711000 - Repair and maintenance services of electrical building installations

Notice Value(s)

Tender Value
£910,000 £500K-£1M
Lots Value
£910,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£480,000 £100K-£500K

Notice Dates

Publication Date
11 Aug 20232 years ago
Submission Deadline
1 Mar 2023Expired
Future Notice Date
Not specified
Award Date
24 Jul 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
BUCKINGHAMSHIRE COUNCIL
Contact Name
Mrs Ann Spence
Contact Email
ann.spence@buckinghamshire.gov.uk
Contact Phone
+44 1296382934

Buyer Location

Locality
AYLESBURY
Postcode
HP20 1UA
Post Town
Hemel Hempstead
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ13 Buckinghamshire
Delivery Location
TLJ13 Buckinghamshire

Local Authority
Buckinghamshire
Electoral Ward
Aylesbury North
Westminster Constituency
Aylesbury

Supplier Information

Number of Suppliers
1
Supplier Name

MK POWER

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03a134-2023-08-11T16:24:04+01:00",
    "date": "2023-08-11T16:24:04+01:00",
    "ocid": "ocds-h6vhtk-03a134",
    "initiationType": "tender",
    "tender": {
        "id": "DN643001",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Tender for the Provision of a Planned Maintenance Service for Hardwire Electrical Testing Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50711000",
            "description": "Repair and maintenance services of electrical building installations"
        },
        "mainProcurementCategory": "services",
        "description": "Buckinghamshire Council was seeking an experienced supplier to deliver its Planned Maintenance Service for Hardwire Electrical Testing Services. This service includes the provision of the following elements: * Statutory Compliance * The Electrical Testing part of Planned Preventative Maintenance (PPM) * Single Point of Contact and Emergency 24/7 Call Out Facility The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate , County Parks Estate The principal elements for the testing are all electrical circuits, distribution panels and mains intakes within each contracted premises",
        "value": {
            "amount": 910000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Buckinghamshire Council was seeking an experienced supplier to deliver its Planned Maintenance Service for Hardwire Electrical Testing Services. This service includes the provision of the following elements: * Statutory Compliance * The Electrical Testing part of Planned Preventative Maintenance (PPM) * Single Point of Contact and Emergency 24/7 Call Out Facility The services will be delivered at the following property types: Corporate Estate, Maintained and Non- BC Schools, External (non- BC) Clients, Agricultural Estate , County Parks Estate The principal elements for the testing are all electrical circuits, distribution panels and mains intakes within each contracted premises. Reactive and minor works are NOT provided under this contract. The Council requires a supplier that appreciates that the expectation and priorities of the service are unique to each type of property and thus will adopt an approach that is property specific. Following the formal unification of 5 former councils (namely Buckinghamshire County Council, Aylesbury Vale District Council, Chiltern District Council, South Bucks District Council and Wycombe District Council) in April 2020, the Buckinghamshire Council has a large and diverse estate and ongoing changes will invariably occur to a number of properties during the contract term. The successful supplier will therefore be able to provide flexible and transparently delivered services, which will enable these changes to occur during the contract term. Suppliers must be registered with the appropriate confederation or association related to the respective trades involved, eg: NICEIC or ECA. In addition suppliers must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services. The contract start date is anticipated to be 1st October 2023. The initial term will be for three years with an option to extend for a further 24 months. TUPE may apply to this contract. Additional information: The contract value in II.1.7 and V2.4 covers the initial 36 month contract term. The value is for a modelled scenario based on the Council's current list of properties and number of circuits per property.",
                "value": {
                    "amount": 910000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "An option to extend for a period, or consecutive periods, of up to 24 months."
                },
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "See Selection Questionnaire"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "An option to extend for a period, or consecutive periods, of up to 24 months, after the initial 3 year term."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKJ13"
                    },
                    {
                        "region": "UKJ13"
                    }
                ],
                "deliveryLocation": {
                    "description": "Buckinghamshire"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.supplybucksbusiness.org.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Suppliers must be registered with the appropriate confederation or association related to the respective trades involved, eg: NICEIC or ECA. In addition suppliers must hold valid and current certification with an SSIP member scheme or have an OHSAS 18001 certificate from a UKAS accredited certification body and have been assessed for working with electrical services.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-03-01T12:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2023-03-20T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "The Council will incorporate a standstill period at the point when information on the award of the contract is communicated to tenderers. The standstill period will be for a minimum of 10 calendar days and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)"
    },
    "parties": [
        {
            "id": "GB-FTS-4238",
            "name": "Buckinghamshire Council",
            "identifier": {
                "legalName": "Buckinghamshire Council"
            },
            "address": {
                "streetAddress": "Walton Street Offices",
                "locality": "Aylesbury",
                "region": "UKJ13",
                "postalCode": "HP20 1UA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mrs Ann Spence",
                "email": "ann.spence@buckinghamshire.gov.uk",
                "url": "https://www.supplybucksbusiness.org.uk/",
                "telephone": "+44 1296382934"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.buckinghamshire.gov.uk/",
                "buyerProfile": "https://www.buckinghamshire.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-10068",
            "name": "The High Court",
            "identifier": {
                "legalName": "The High Court"
            },
            "address": {
                "streetAddress": "The Royal Courts of Justice",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 20794760000"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-90072",
            "name": "MK Power Limited",
            "identifier": {
                "legalName": "MK Power Limited"
            },
            "address": {
                "streetAddress": "22 St John Street",
                "locality": "Newport Pagnell, Milton Keynes",
                "region": "UKJ13",
                "postalCode": "MK16 8HJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-4238",
        "name": "Buckinghamshire Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "023630-2023-1-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-90072",
                    "name": "MK Power Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "023630-2023-1-1",
            "awardID": "023630-2023-1-1",
            "status": "active",
            "value": {
                "amount": 480000,
                "currency": "GBP"
            },
            "dateSigned": "2023-07-25T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}