Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 2
Status Active
Published 12th Apr 2024
Reference | ocds-h6vhtk-0451bb |
Common Procurement Vocabulary | Technical inspection and testing services |
Procurement Method | Open procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 2
Status Active
Published 12th Apr 2024
Reference | ocds-h6vhtk-0451bb |
Common Procurement Vocabulary | Technical inspection and testing services |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
NHS Highland
Assynt House, Beechwood Park
Inverness
IV2 3BW
nhsh.tenders [at] nhs.scot
Telephone
+44 7929069647
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
http://www.nhshighland.scot.nhs.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00302
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Ministry or any other national or federal authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Periodic Electrical Inspection, Testing And Reporting
Reference number
HH068-23-HB
II.1.2) Main CPV code
- 71630000 - Technical inspection and testing services
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Highland (NHSH) requires 5 Yearly Electrical Installation Condition Reporting of all buildings NHS Highland holds responsibility for both North Highland and Argyll and Bute.
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Lot 1 - Periodic Electrical Inspection, Testing and Reporting, North Highland Properties
Lot No
1
II.2.2) Additional CPV code(s)
- 71314100 - Electrical services
- 45317000 - Other electrical installation work
II.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
II.2.4) Description of the procurement
NHS Highland (NHSH) has a duty of care under the Health and Safety at Work Act 1974 and specific duties under the Electricity at Work Regulations 1989, with an obligation to ensure the provision of safe electrical plant systems and to provide adequate maintenance to ensure continued safety. This duty applies to the maintenance of Emergency Standby Generators, where failure to adequately maintain could put critical systems within NHSH Sites at risk. The objective is to maintain a robust emergency system to ensure continued electrical services in the event of mains supply electricity failure. This lot is specifically for North Highland.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
26 August 2024
End date
25 August 2029
This contract is subject to renewal
Yes
Description of renewals
Two (2) Years with the option to extend of up to a further three (3) Twelve (12) month extensions.
II.2.10) Information about variants
Variants will be accepted: No
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
II.2) Description
II.2.1) Title
Lot 2 - Periodic Electrical Inspection, Testing and Reporting, Argyll and Bute Properties
Lot No
2
II.2.2) Additional CPV code(s)
- 45317000 - Other electrical installation work
- 71314100 - Electrical services
II.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
II.2.4) Description of the procurement
NHS Highland (NHSH) has a duty of care under the Health and Safety at Work Act 1974 and specific duties under the Electricity at Work Regulations 1989, with an obligation to ensure the provision of safe electrical plant systems and to provide adequate maintenance to ensure continued safety. This duty applies to the maintenance of Emergency Standby Generators, where failure to adequately maintain could put critical systems within NHSH Sites at risk. The objective is to maintain a robust emergency system to ensure continued electrical services in the event of mains supply electricity failure. This lot is specifically for Argyll and Bute.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
26 August 2024
End date
25 August 2029
This contract is subject to renewal
Yes
Description of renewals
Two (2) Years with the option to extend of up to a further three (3) Twelve (12) month extensions.
II.2.10) Information about variants
Variants will be accepted: No
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 III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Member of any of National Inspection Council for Electrical Installation Contracting (NICEIC), Electrical Contractors Association, or SELECT. If you are not a member of any of those listed, bidders must state equivalent memberships held.
Staff carrying out Electrical Installation Condition Reporting shall hold C&G 2391 - 52
Staff’s carrying out EICR is qualified to the most current version of BS7671 Wiring Regulations.
III.1.2) Economic and financial standing
List and brief description of selection criteria
The Bidder to provide its (“general”) yearly turnover for the number of financial years specified in the relevant Contract Notice:
Number of financial years: 2
Minimum required turnover per year: 100,000K
Minimum level(s) of standards possibly required
The bidder to confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Professional Risk Indemnity: 5 Million
Employer's (Compulsory) Liability: 5 Million
Public Liability: 5 Million
Product Liability: 5 Million
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Key Performance Indicators (KPIs) have been put in place which are part of procurement documentation. Further management information has been provided within the procurement documentation.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the 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: 2023/S 000-096333
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
15 May 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
15 May 2024
Local time
12:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 26430. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:763492)
VI.4) Procedures for review
VI.4.1) Review body
Inverness Justice Centre
Inverness
Country
United Kingdom