Notice Information
Notice Title
IN-SERVICE INSPECTION & TESTING OF ELECTRICAL EQUIPMENT AREA 1
Notice Description
TENDER FOR THE IN-SERVICE INSPECTION & TESTING OF ELECTRICAL EQUIPMENT AREA 1
Lot Information
Lot 1
The works shall comprise the inspection & testing, written reporting and subsequent repair work of the electrical equipment installations within the various Dundee City Council properties listed in this specification, to the requirements and recommendations set out in current applicable British Standards, European Standards & all statutory requirements, for a fixed period as stipulated in the Contract particulars
Renewal: there is 2 plus 1 extension options
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-048977
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/038229-2024
- 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
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50000000 - Repair and maintenance services
50710000 - Repair and maintenance services of electrical and mechanical building installations
50711000 - Repair and maintenance services of electrical building installations
Notice Value(s)
- Tender Value
- £190,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £223,061 £100K-£500K
Notice Dates
- Publication Date
- 26 Nov 20241 years ago
- Submission Deadline
- 13 Sep 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Nov 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- this will be retendered in 2029 if extension options are utilised
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DUNDEE CITY COUNCIL
- Contact Name
- Wendy Hall
- Contact Email
- wendy.hall@dundeecity.gov.uk
- Contact Phone
- +44 1382433745
Buyer Location
- Locality
- DUNDEE
- Postcode
- DD1 1NZ
- Post Town
- Dundee
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM03 Angus and Dundee City
- Delivery Location
- TLM71 Angus and Dundee City
-
- Local Authority
- Dundee City
- Electoral Ward
- Maryfield
- Westminster Constituency
- Dundee Central
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-048977-2024-11-26T16:58:18Z",
"date": "2024-11-26T16:58:18Z",
"ocid": "ocds-h6vhtk-048977",
"description": "(SC Ref:784278)",
"initiationType": "tender",
"tender": {
"id": "DCC/CD/05/24",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "IN-SERVICE INSPECTION & TESTING OF ELECTRICAL EQUIPMENT AREA 1",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
"mainProcurementCategory": "services",
"description": "TENDER FOR THE IN-SERVICE INSPECTION & TESTING OF ELECTRICAL EQUIPMENT AREA 1",
"value": {
"amount": 190000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The works shall comprise the inspection & testing, written reporting and subsequent repair work of the electrical equipment installations within the various Dundee City Council properties listed in this specification, to the requirements and recommendations set out in current applicable British Standards, European Standards & all statutory requirements, for a fixed period as stipulated in the Contract particulars",
"awardCriteria": {
"criteria": [
{
"name": "Compliance with Specification of Requirements",
"type": "quality",
"description": "PASS/FAIL"
},
{
"name": "Duty of Care, Health, and Safety & Risk Management",
"type": "quality",
"description": "PASS/FAIL"
},
{
"name": "Site Specific Risk Assessment and Method Statement",
"type": "quality",
"description": "PASS/FAIL"
},
{
"name": "Health and Safety",
"type": "quality",
"description": "PASS/FAIL"
},
{
"name": "Environment",
"type": "quality",
"description": "PASS/FAIL"
},
{
"name": "Fair Tax Declaration",
"type": "quality",
"description": "PASS/FAIL"
},
{
"name": "Resourcing of Requirements - Staffing",
"type": "quality",
"description": "15"
},
{
"name": "Resourcing of Requirements- Development",
"type": "quality",
"description": "10"
},
{
"name": "Continuous Improvement - Customer Care",
"type": "quality",
"description": "5"
},
{
"name": "Continuous Improvement - Feedback",
"type": "quality",
"description": "5"
},
{
"name": "Resourcing of Requirements- Documentation and Timescales",
"type": "quality",
"description": "7"
},
{
"name": "Resourcing of Requirements - Disruption",
"type": "quality",
"description": "10"
},
{
"name": "Resourcing of Requirements - Programme of Works",
"type": "quality",
"description": "5"
},
{
"name": "Community Benefits",
"type": "quality",
"description": "1.5"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "1.5"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "there is 2 plus 1 extension options"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
{
"scheme": "CPV",
"id": "50711000",
"description": "Repair and maintenance services of electrical building installations"
}
],
"deliveryAddresses": [
{
"region": "UKM71"
},
{
"region": "UKM71"
}
],
"deliveryLocation": {
"description": "Dundee City"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders are required to be a member of the National Inspection Council for Electrical Installation Contracting (NICEIC) and/or the Trade Association \\or equivalent). The Contractor shall be third-party certified by a UKAS certification body to carry out inspection, servicing and maintenance of Electrical Equipment.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability. It is recommended that Tenderers review their own Score check score in advance of submitting a Tender Submission. Where the Tenderer does not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability. Where the Tenderer is under no obligation to publish accounts and therefore does not have a Score check score, they must provide their audited financial accounts for the previous 2 years as part of their SPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size. As an alternative to the above requirement but only for bidders who started trading less than 3 years prior to the return date for the Tender response set out below, those bidders must demonstrate adequate financial capacity for the Contract by the following evidence: A business plan for a minimum 3-year trading period setting out projected annual average turnover; audited or unaudited (if the company has no legal audit requirement) accounts for any years trading to date, and letter of support for the bidder's bank setting out the level of financial support available to the business from the bank and for how long that is available. A bank letter of support should explain the amount and duration of financial support made available to the business by the bank and what information, such as a business plan for the period 01/07/2024 - 31/06/2027, was considered by the bank in deciding to make that support available. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must be understood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of all Questionnaire responses so the provision of as much information as possible is encouraged. All of this information must be in terms entirely satisfactory to the Purchasing Authority. We reserve the right (but are not obliged) to seek additional clarification and/or supporting information from or about the bidder to satisfy us in this regard, for example, a bank reference. Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents Parent Company Guarantee. Where a consortium bid is received, the Score check score of each consortium member shall be assessed and each must achieve a Score check score of 35 or above. Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a Score check score of 35 or above. The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details of significant changes since the last financial year end.",
"minimum": "Equifax score of 35 or more Insurances:Tenderers must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance: Professional Risk Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 2,000,000 GPB in respect of each and every claim. Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10,000,000 GBP in respect of each claim, and Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5,000,000 GBP in respect of each claim.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPD Question 4C (Previous Experience) Bidders to provide relevant examples of supplies and/or services carried out during the last three years as specified (Examples from both public and/or private sector customers and clients may be provided)",
"minimum": "For question 4C 1.2, bidders will be required to provide two examples that demonstrate that the practice has the relevant experience to deliver the services in relation to the Scope.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-09-13T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2025-01-13T23:59:59Z"
}
},
"awardPeriod": {
"startDate": "2024-09-13T12:00:00+01:00"
},
"bidOpening": {
"date": "2024-09-13T12:00:00+01:00",
"address": {
"streetAddress": "PCS Electronic Postbox"
},
"description": "Procurement Category Officer"
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "this will be retendered in 2029 if extension options are utilised"
}
},
"parties": [
{
"id": "GB-FTS-1025",
"name": "Dundee City Council",
"identifier": {
"legalName": "Dundee City Council"
},
"address": {
"streetAddress": "Dundee House, 50 North Lindsay Street",
"locality": "Dundee",
"region": "UKM71",
"postalCode": "DD1 1NZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Wendy Hall",
"telephone": "+44 1382433745",
"email": "wendy.hall@dundeecity.gov.uk",
"url": "https://www.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.dundeecity.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-114280",
"name": "Dundee Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Dundee Sheriff Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "6 West Bell Street",
"locality": "Dundee",
"postalCode": "DD19AD",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1382229961",
"email": "dundee@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-54228",
"name": "Scottish Courts Service",
"identifier": {
"legalName": "Scottish Courts Service"
},
"address": {
"streetAddress": "Saughton House, Broomhouse",
"locality": "Edinburgh",
"postalCode": "EH11 3XD",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "enquiries@scotcourts.gov.uk"
},
"roles": [
"reviewContactPoint"
]
},
{
"id": "GB-FTS-131366",
"name": "BES Group Electrical Ltd",
"identifier": {
"legalName": "BES Group Electrical Ltd"
},
"address": {
"streetAddress": "55 Guild Hall Street",
"locality": "Preston",
"region": "UKD4",
"postalCode": "PR1 3NU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1501770455"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-1025",
"name": "Dundee City Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000774882"
}
],
"language": "en",
"awards": [
{
"id": "038229-2024-DCC/CD/05/24-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-131366",
"name": "BES Group Electrical Ltd"
}
]
}
],
"contracts": [
{
"id": "038229-2024-DCC/CD/05/24-1",
"awardID": "038229-2024-DCC/CD/05/24-1",
"status": "active",
"value": {
"amount": 223061.61,
"currency": "GBP"
},
"dateSigned": "2024-11-18T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 5
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 5
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
}
}