Award

EICR Testing

LOTHIAN HEALTH BOARD

This public procurement record has 2 releases in its history.

Award

09 Sep 2024 at 14:39

Tender

03 Jun 2024 at 11:48

Summary of the contracting process

NHS Lothian, operating as the Lothian Health Board, has issued a procurement process under the classification "Electrical services" with the title "EICR Testing". This initiative aims to administer a comprehensive Schedule of Electrical Installation Condition Report (EICR) testing across NHS Lothian assets. The procurement, conducted via the Public Contracts Scotland-Tender Portal, employs an open procedure and is currently in the active stage. Notable deadlines include a tender period ending on 3rd July 2024, with the contract award beginning on the same date. The contract term is initially set for one year starting 6th August 2024, with a potential extension for an additional year. The scope of work mandates periodic inspection and testing of electrical systems, including thermal imaging under specific conditions, across regions like Edinburgh (UKM73), West Lothian (UKM75), and Midlothian (UKM78). Community benefits are also emphasized as part of this procurement process.

This tender presents significant opportunities for businesses specialising in electrical services, particularly those with experience in large-scale health sector projects. Companies that meet the stringent criteria for technical and financial capability, including holding appropriate qualifications and maintaining necessary insurance coverage, stand a good chance of winning. Additionally, the contract's foreseeable extension and its association with the reputable NHS Lothian makes it an attractive prospect for growth-oriented enterprises. Small to medium-sized enterprises (SMEs) that can demonstrate relevant experience and a robust safety and quality management system would be well-suited to compete for this contract. The procurement underscores a commitment to both service quality and community enrichment, appealing to conscientious service providers.

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

Notice Title

EICR Testing

Notice Description

The contractor will be expected to implement a fully comprehensive Schedule of Inspection and Testing (EICR) schedule across NHS Lothian as per the asset listing.

Lot Information

Lot 1

NHS Lothian utilises SFG 20 to determine suitable workplaces and schedules. Work plan '44-11 & SHTM 06-23 - Period Inspection and Testing' defines the requirements of this service.. Each distribution board shall be subject to 5 year inspection and test. There will be occasions where power cannot be removed from Distribution Boards due to clinical risk. If this event exists, then there is a requirement to carry out Thermal Imaging of Electrical Systems (under 1000VAC) SFG Work plan 44-16 with Earth Loop Impedance test. Prior to this change being implemented it must be agreed by Head of Estates and Hard FM Area Manager and recorded through contract governance. The SFG 20 work plan is contained within the suite of procurement documents available for download on PCS-Tender.

Renewal: The proposed contract period is an initial 12 momth contract with the option to extend for + 12 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-046cf9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/028824-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

50532400 - Repair and maintenance services of electrical distribution equipment

71314100 - Electrical services

Notice Value(s)

Tender Value
£300,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£150 Under £100K

Notice Dates

Publication Date
9 Sep 20241 years ago
Submission Deadline
3 Jul 2024Expired
Future Notice Date
Not specified
Award Date
3 Sep 20241 years ago
Contract Period
5 Aug 2024 - 5 Aug 2025 6-12 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
LOTHIAN HEALTH BOARD
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
EDINBURGH
Postcode
EH1 3EG
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM73 East Lothian and Midlothian, TLM75 City of Edinburgh, TLM78 West Lothian

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Supplier Information

Number of Suppliers
1
Supplier Name

BUREAU VERITAS

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-046cf9-2024-09-09T15:39:01+01:00",
    "date": "2024-09-09T15:39:01+01:00",
    "ocid": "ocds-h6vhtk-046cf9",
    "description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Objective criteria for ensuring the selection of suitably qualified candidates: This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the SPD Guidance document attached to this project in PCS-T. We will apply a single stage process: Pre-Qualification via the SPD. The SPD asks bidders general questions; when completing, bidders must have regard for the statements in this Notice that detail specific requirements. Bidders must: a) Pass the Minimum Standards in ESPD Sections 4A, 4B, and 4D in the PCS-T Qualification envelope. Statements for these questions can be found in Sections III.1.1, III.1.2, and III.1.3 of this Notice. TUPE won't apply. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22211. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community Benefits as described within the procurement documents. (SC Ref:777522)",
    "initiationType": "tender",
    "tender": {
        "id": "LR3-106-2024",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "EICR Testing",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71314100",
            "description": "Electrical services"
        },
        "mainProcurementCategory": "services",
        "description": "The contractor will be expected to implement a fully comprehensive Schedule of Inspection and Testing (EICR) schedule across NHS Lothian as per the asset listing.",
        "value": {
            "amount": 300000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "NHS Lothian utilises SFG 20 to determine suitable workplaces and schedules. Work plan '44-11 & SHTM 06-23 - Period Inspection and Testing' defines the requirements of this service.. Each distribution board shall be subject to 5 year inspection and test. There will be occasions where power cannot be removed from Distribution Boards due to clinical risk. If this event exists, then there is a requirement to carry out Thermal Imaging of Electrical Systems (under 1000VAC) SFG Work plan 44-16 with Earth Loop Impedance test. Prior to this change being implemented it must be agreed by Head of Estates and Hard FM Area Manager and recorded through contract governance. The SFG 20 work plan is contained within the suite of procurement documents available for download on PCS-Tender.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2024-08-06T00:00:00+01:00",
                    "endDate": "2025-08-05T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The proposed contract period is an initial 12 momth contract with the option to extend for + 12 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "50532400",
                        "description": "Repair and maintenance services of electrical distribution equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM73"
                    },
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM78"
                    },
                    {
                        "region": "UKM73"
                    },
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM78"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD [4A1a] Any person(s) undertaking the services will be City & Guilds qualified in the Initial and Periodic Electrical Inspection and Testing (2391), and ITC Level 1 Thermal Certified by the contract start and for the duration of the contract; registration shall be demonstrated within proposal. NHS has adopted Safe Contractor. The successful bidder must be Safe Contractor registered by the contract start date and for the duration of the Contract, registration shall be demonstrated within proposal",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "[4B1.2] Bidders are required to provide their average yearly turnover for the last 3 years. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: [4B5.1a] - Professional indemnity insurance 5 million GBP [4B5.1b] - Employer's (Compulsory) Liability Insurance of 5 million GBP [4B5.2] - Public Liability Insurance of 10 million GBP",
                    "minimum": "[4B1b] Bidders will be required to have an average yearly turnover of a minimum of 300,000 GBP for the last 3 years. Bidders should be able to provide financial accounts when requested. Should these not be available, or should this show financial instability of the organisation, this may result in a fail.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "[4C1.1/4C1.2] Bidders must provide two examples of services carried out during the past three years that demonstrate experience to deliver the services described in part II.2.4 of the Contract Notice and the ITT, and in particular: - a similarly complex estate; & - with a similar volume of assets, and value of contract. Examples must demonstrate experience in non-reactive maintenance. Bidders' examples should include the following details: - Detailed description and location of the service. - Value of the contract/service - Contract period - Complexity of estate managed - Details of multi/complex stakeholder engagement - Contact details of a reference (this may be used for information purposes only) This is a pass/fail question, if relevant previous experience and correct level of service is not demonstrated this will result in your tender being rejected. 4D1] 1. Quality Management. The Bidder must have the following: The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). 2. Health and Safety Procedures. The Bidder must have the following: A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale relevant to the nature and scale of your operations and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant operations and set out your company's responsibilities of H&S management and compliance with legislation. NOTE: Organisations with fewer than five employees are not required by law to have a documented policy statement. [4D2] Environmental Management Systems. The Bidder must have the following: Documented arrangements for ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment. This should evidence that the bidder's organisation's environmental policy implementation plan provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these arrangements are communicated to the workforce in relation to environmental matters including: sustainable materials procurement; waste management; energy management. This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-07-03T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2024-07-03T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-07-03T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-26353",
            "name": "Lothian Health Board",
            "identifier": {
                "legalName": "Lothian Health Board"
            },
            "address": {
                "streetAddress": "Procurement Headquarters, Waverley Gate 2-4 Waterloo Place",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH1 3EG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 8454242424",
                "email": "maxwell.muir@nhs.scot",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.nhslothian.scot.nhs.uk/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00326",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-595",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "locality": "Edinburgh",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-123903",
            "name": "Bureau Veritas",
            "identifier": {
                "legalName": "Bureau Veritas"
            },
            "address": {
                "streetAddress": "Craigshaw Road",
                "locality": "Aberdeen",
                "region": "UKM50",
                "postalCode": "AB12 3AR",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-26353",
        "name": "Lothian Health Board"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000764656"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "028824-2024-LR3-106-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-123903",
                    "name": "Bureau Veritas"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "028824-2024-LR3-106-2024-1",
            "awardID": "028824-2024-LR3-106-2024-1",
            "status": "active",
            "value": {
                "amount": 150,
                "currency": "GBP"
            },
            "dateSigned": "2024-09-04T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 7
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 7
            }
        ]
    }
}