Construction Tenders

Sat May 04 2024

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Works

Type

No. of Lots 7

Status Active

Published 4th Sep 2023

Tender Details
Referenceocds-h6vhtk-03f9c6
Common Procurement VocabularyElectrical installation work
Procurement MethodOpen procedure
Value£4,700,000
More Tenders »

Yorkshire and the Humber

Category Works

Type

No. of Lots 7

Status Active

Published 4th Sep 2023

Tender Details
Referenceocds-h6vhtk-03f9c6
Common Procurement VocabularyElectrical installation work
Procurement MethodOpen procedure
Value£4,700,000

Section I: Contracting authority

I.1) Name and addresses

Kirklees Council

Town Hall, Ramsden Street

HUDDERSFIELD

HD1 2TA

Contact

Corporate Procurement

Email

procurement [at] kirklees.gov.uk

Telephone

+44 1484221000

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.kirklees.gov.uk

Buyer's address

https://yortender.eu-supply.com/login.asp?B=YORTENDER

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://yortender.eu-supply.com/login.asp?B=YORTENDER

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://yortender.eu-supply.com/login.asp?B=YORTENDER

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

Framework for the Provision of Electrical Works and Goods

Reference number

KMCHNPS-027

II.1.2) Main CPV code

  • 45310000 - Electrical installation work

II.1.3) Type of contract

Works

II.1.4) Short description

Tenders are invited by the Council from Contractors with relevant experience and ability to demonstrate sufficient capacity for the provision of Electrical Works (the "Works"), and Electrical Goods (the "Goods"), under a Framework Agreement.

In order to meet its requirements, the Council has divided the Framework into Lots as follows:

1 Full Rewires, additional and single item works to Domestic Properties

2 Electrical Installation Condition Reports (EICR) - COMMERCIAL

3 Electrical Installation Condition Reports (EICR) - DOMESTIC

4 Lightning Protection Systems Test & Inspections

5 Aerial and Satellite Dish Repairs

6 Supply of Solar PV Material

7 Supply of Rewire Kits

II.1.5) Estimated total value

Value excluding VAT: £4,700,000

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

Full Rewires, additional and single item works to Domestic Properties

Lot No

1

II.2.2) Additional CPV code(s)

  • 45311000 - Electrical wiring and fitting work

II.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Kirklees

II.2.4) Description of the procurement

Full Rewires, additional and single item works to Domestic Properties.

Works may include the provision in full or in part of the following or other services:

• Main Switchgear/ Consumer Unit and associated connections to suppliers metering equipment and protective device

• Earthing and Bonding of part or whole of the installation, in accordance with BS7671

• Installation of socket outlets either within or external to the dwelling, including all associated items such as accessories, plug tops and fuses

• Installation of lighting points within the dwelling, including all associated items such as switches, lamp holders and ceiling roses

• Installation of lighting points external to the dwelling, including all associated items such as switches, fittings and sensors

• Installation of cooker circuit and associated accessories such as cooker connection points

• Installation of immersion heaters and circuit, including associated accessories such as timers and programmers

• Installation of central heating supply and control circuits, and all associated accessories such as room stats and programmers

• Testing and reconnection of tenants own electrical equipment, such as light fittings and burglar alarms

• Builders work to facilitate the electrical works or to make good upon completion

II.2.5) Award criteria

Quality criterion - Name: Reporting / Weighting: 13.3%

Quality criterion - Name: Customer Care and Operative Safety / Weighting: 16.7%

Price - Weighting: 70%

II.2.6) Estimated value

Value excluding VAT: £1,448,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Framework Period: 20th November 2023 - 19th November 2025 with the provision to extend for two (2) further twelve (12) month periods.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of establishing a Framework Agreement for the provision of the Works as described in the procurement documents.

II.2) Description

II.2.1) Title

Electrical Installation Condition Reports (EICR) - COMMERCIAL

Lot No

2

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

II.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Kirklees

II.2.4) Description of the procurement

Electrical Testing and Inspection of Kirklees Council non-domestic properties such as Schools and Offices.

All works concerning the carrying out of Electrical testing of Equipment and Electrical Systems shall fully comply with all relevant British Standards, Codes of Practice, Health and Safety Legislation and the Electricity at Work Act 1989. Also. the IET Guidance notes, Contractors Risk Assessments and Method Statements.

II.2.5) Award criteria

Quality criterion - Name: Reporting / Weighting: 6.3%

Quality criterion - Name: Customer Care and Operative Safety / Weighting: 7.9%

Quality criterion - Name: Web-Based Customer Portal / Weighting: 7.9%

Quality criterion - Name: School Based Works / Weighting: 7.9%

Price - Weighting: 70%

II.2.6) Estimated value

Value excluding VAT: £80,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Framework Period: 20th November 2023 - 19th November 2025 with the provision to extend for two (2) further twelve (12) month periods.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of establishing a Framework Agreement for the provision of the Works as described in the procurement documents.

II.2) Description

II.2.1) Title

Electrical Installation Condition Reports (EICR) - DOMESTIC

Lot No

3

II.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work

II.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Kirklees

II.2.4) Description of the procurement

The Council perform routine inspection and testing of all Council owned domestic properties and require a suitable contractor to assist in delivering their programme. The successful Supplier(s) will be required to carry out EICR inspections on domestic properties within the Kirklees as required under this Framework Agreement.

The successful Supplier will hold all necessary and current qualifications required to deliver these works compliantly and must have the capability and capacity to undertake this volume of work.

The appointed Supplier will be responsible for gaining access to properties, to program and carry out periodic testing, including the submission of all reports and certificates, furthermore, carrying out Code 1 and 2 defects where identified, to achieve satisfactory status.

II.2.5) Award criteria

Quality criterion - Name: Reporting / Weighting: 8.6%

Quality criterion - Name: Customer Care and Operative Safety / Weighting: 10.7%

Quality criterion - Name: Web-Based Customer Portal / Weighting: 10.7%

Price - Weighting: 70%

II.2.6) Estimated value

Value excluding VAT: £1,072,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Framework Period: 20th November 2023 - 19th November 2025 with the provision to extend for two (2) further twelve (12) month periods.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of establishing a Framework Agreement for the provision of the Works as described in the procurement documents.

II.2) Description

II.2.1) Title

Lightning Protection Systems Test & Inspections

Lot No

4

II.2.2) Additional CPV code(s)

  • 45312310 - Lightning-protection works

II.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Kirklees

II.2.4) Description of the procurement

Lightning Protection System (LPS) Test and Inspections

Carry out annual testing to ensure LPS will operate satisfactorily. Carry out out remedial works as required.

II.2.5) Award criteria

Quality criterion - Name: Reporting / Weighting: 13.3%

Quality criterion - Name: Customer Care and Operative Safety / Weighting: 16.7%

Price - Weighting: 70%

II.2.6) Estimated value

Value excluding VAT: £88,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Framework Period: 20th November 2023 - 19th November 2025 with the provision to extend for two (2) further twelve (12) month periods.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of establishing a Framework Agreement for the provision of the Works as described in the procurement documents.

II.2) Description

II.2.1) Title

Aerial and Satellite Dish Repairs

Lot No

5

II.2.2) Additional CPV code(s)

  • 45312320 - Television aerial installation work

II.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Kirklees

II.2.4) Description of the procurement

As part of Kirklees Council Homes & Neighbourhoods workload there are some occasions when there is a requirement to either renew or repair TV aerials/satellite dishes or temporarily remove and refix or remove, reposition and refix back to old position TV erial/satellite dishes, these can be one-off works or batched jobs to larger planned schemes.

This is often a same day requirement for repairs to be undertaken.

II.2.5) Award criteria

Quality criterion - Name: Reporting / Weighting: 13.3%

Quality criterion - Name: Customer Care and Operative Safety / Weighting: 16.7%

Price - Weighting: 70%

II.2.6) Estimated value

Value excluding VAT: £12,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Framework Period: 20th November 2023 - 19th November 2025 with the provision to extend for two (2) further twelve (12) month periods.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of establishing a Framework Agreement for the provision of the Works as described in the procurement documents.

II.2) Description

II.2.1) Title

Supply of Solar PV Material

Lot No

6

II.2.2) Additional CPV code(s)

  • 09331200 - Solar photovoltaic modules

II.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Kirklees

II.2.4) Description of the procurement

Supply of Solar PV materials which comply with Health and Safety Requirements, BS 7671, Guide to the installation of Photovoltaic Systems, Micro generation Certification Scheme, and other relevant codes of practice.

Solar PV modules must be an accredited product under the government's Micro generation Certification Scheme (MCS).

II.2.5) Award criteria

Quality criterion - Name: Solar PV Design Service / Weighting: 12.5%

Quality criterion - Name: Product Storage and Delivery / Weighting: 5%

Quality criterion - Name: Product Availability and Lead Times / Weighting: 12.5%

Price - Weighting: 70%

II.2.6) Estimated value

Value excluding VAT: £600,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Framework Period: 20th November 2023 - 19th November 2025 with the provision to extend for two (2) further twelve (12) month periods.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of establishing a Framework Agreement for the provision of the Goods as described in the procurement documents.

II.2) Description

II.2.1) Title

Supply of Rewire Kits

Lot No

7

II.2.2) Additional CPV code(s)

  • 31680000 - Electrical supplies and accessories

II.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Kirklees

II.2.4) Description of the procurement

The Planned Electrical section of Kirklees property services wish to source supplies for electrical rewires of tenanted properties.

Over a 12-month period we aim to carry out rewires of around 250 properties, the rewire kits varying from a 1 bedroom property kit, to a 4 bedroom property kit.

Goods must be available for delivery and collection as per the requirements of each order under the Framework Agreement.

II.2.5) Award criteria

Quality criterion - Name: Product Storage and Delivery / Weighting: 8.6%

Quality criterion - Name: Product Availability and Lead Times / Weighting: 21.4%

Price - Weighting: 70%

II.2.6) Estimated value

Value excluding VAT: £1,400,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Framework Period: 20th November 2023 - 19th November 2025 with the provision to extend for two (2) further twelve (12) month periods.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This exercise is an open procedure in accordance with the requirements under Regulation 27(5) of the Public Contracts Regulations 2015 (SI 2015/102) for the purpose of establishing a Framework Agreement for the provision of the Goods as described in the procurement documents.


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

The minimum criteria are described in the procurement documents under 'Selection Criteria' and comprising of the Standard Selection Questionnaire.

III.1.2) Economic and financial standing

List and brief description of selection criteria

Section 5 - Economic and Financial Standing

You must be able to supply any one of the documents listed in Section 5.1 to 5.3 (b) in order to demonstrate financial standing as required under this Section 5. Failure to supply on request any one of the documents listed in Section 5.1 to 5.3 (b) may result in exclusion.

With regards to Section 5.4, potential suppliers will Pass or Fail on the basis of being financially viable for the Lot or Lots of the Framework tendered for.

Section 7.1 Insurance

Tenderers must confirm whether they have or can commit to obtain prior to the commencement of the Framework Agreement (or if applicable prior to the award of any subsequent Contract), the levels of insurance cover indicated below:

Employer's (Compulsory) Liability Insurance £ 10,000,000.00

Public Liability Insurance inclusive of Product Liability Insurance £ 10,000,000.00

Professional Indemnity Insurance £ 2,000,000.00

Minimum level(s) of standards possibly required

Section 5 - Economic and Financial Standing

Lots 1, 3-4 & 6-7

Tenderers must demonstrate that they have a turnover of at least £80,000, and that they have made a profit overall over the last 2 financial years as well as demonstrating a positive net worth for the past two (2) years in order to achieve a 'Pass'.

Please note that Tenderers will not be awarded work which totals more than 50% of their turnover in the previous financial year combined across all Lots on which they are included.

Lots 2 & 5

Tenderers must demonstrate a minimum annual turnover of at least 50% of the estimated annual value of Lots 2 and/or 5 as well as demonstrating that they have made a profit overall over the last 2 financial years to achieve a 'Pass'.

Tenderers for all Lots must also be able to demonstrate a positive net worth for the past two (2) years in order to achieve a 'Pass' for this Section.

In addition, any answers to Section 5 which lead the Authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about your ability to properly perform a Contract under this Framework Agreement) that it would be inappropriate to select your organisation on this occasion, may result in your exclusion from the remainder of the procurement process.

Section 7.1 - Insurance

Failure to indicate 'Yes' to Section 7.1 will result in exclusion.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderers are to provide at least one example of a previous contract in response to Section 6.1 that demonstrates to the reasonable satisfaction of the Authority that you possess the relevant general technical expertise and professional experience to deliver a Contract under the Framework Agreement for EACH APPLICABLE LOT that you are Tendering against;

OR

2. a satisfactory reason in response to Section 6.2 as to why you are unable to provide any examples of previous contracts that are relevant to the Authority's requirements under this procurement that meets the minimum requirements.

Minimum level(s) of standards possibly required

The examples provided in response to Section 6.1 must demonstrate to the satisfaction of the Authority that you possess the relevant general technical expertise and professional experience to deliver a Contract under this Framework Agreement for the applicable Lot or Lots.

OR

Responses to Section 6.2 must lead to the Authority, acting reasonably to conclude that your organisation are appropriate for selection.


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

Framework agreement with several operators

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.2.2) Time limit for receipt of tenders or requests to participate

Date

6 October 2023

Local time

1:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

6 October 2023

Local time

1:01pm

Place

Kirklees

Information about authorised persons and opening procedure

Member of the Central Procurement Team to undertake Tender Opening and recording of submission information which is also recorded in the Audit history on the YORtender portal.


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.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

The Strand, Westminster

London

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework), Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015(SI 2015/102), the contracting authority will incorporate a minimum ten (10) calendar day standstill period at the point that information on the award of the Framework Agreement is communicated to economic operators.

This period allows any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Framework Agreement to the successful economic operators. Such additional information should be requested from the address at Sections I.1 and I.3 of this Notice above.

If an appeal regarding the award of the Framework Agreement has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) provide for 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).

Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen.

The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date.

Where the Framework Agreement has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages.

If however the Framework Agreement has been awarded, the Court may only award damages or, where the award procedures have not been followed correctly, declare the Framework Agreement to be ineffective.