UK-King's Lynn: Repair and maintenance services of electrical and mechanical building installations.

UK-King's Lynn: Repair and maintenance services of electrical and mechanical building installations.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Freebridge Community Housing Limited
Juniper House, Austin Street, King's Lynn, PE30 1DZ, United Kingdom
Tel. +44 1553666881, Email: procurement@freebridge.org.uk
Contact: Mark Wagg, Senior Administrator Procurement, Insurance and Risk
Main Address: https://www.freebridge.org.uk/, Address of the buyer profile: https://www.freebridge.org.uk/
NUTS Code: UKH16

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Housing and community amenities

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Electrical Installation Condition Reports, Remedial Works, Electrical Repairs and Rewiring Works
Reference number: Not Provided

II.1.2) Main CPV code:
50710000 - Repair and maintenance services of electrical and mechanical building installations.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: The provision of Electrical Installation Condition Reports (with remedial works as required). Emergency, Routine and Voids electrical repairs and whole property rewires to meet Freebridge Community Housing’s repair obligations as a landlord.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 5,000,000

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKH16 - North and West Norfolk

Main site or place of performance:
North and West Norfolk


II.2.4) Description of the procurement: Works comprising of
1) Electrical Installation Condition Reports
a) The testing of domestic, communal and other electrical installations in compliance with the requirements ofthe latest edition and amendment of the IEE wiring regulations
b) The identification of category 1, 2 & 3 remedial works required to both bring the installation to a satisfactorycondition and to meet the current edition and amendment of the IEE wiring regulations
c) The completion of all category 1 & 2 remedial works and if required the completion of all category 3 remedialworks or the identification of properties requiring whole house rewires
2) Electrical Repairs
a) Responsive Electrical Maintenance (including Emergency Works ordered during Normal Working Hours andincluding Mutual Exchange Electric Tests);
b) Out of Hours Emergency Electrical Works; and
c) Void Property Electrical Works including co-ordination with the Client’s gas contractor, asbestos consultantand asbestos licensed contractor, as applicable (for which no payment is made to the Service Provider).
3) Electrical Rewires
a) The full or partial renewal of the electrical installation to domestic, communal or other properties as requiredfollowing Electrical Inspection
The annual estimated value is GBP 1 000 000 and a total estimated contract value of GBP 5 000 000. The formof contract is the NHF Standard Form of Contract 2011 (Rev 4:2016). The Contract will be procured using theOJEU Open procedure and will be for a 4-year and 11 months duration, with
an option to extend up to a further 2 years.
Interested parties should note that there is an incumbent service provider, accordingly TUPE regulations may apply, information relating to the current service provider's employees TUPE and pensions will be provided during the tender stage of the process.

II.2.5) Award criteria:
Not Provided

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.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Open


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No


IV.1.6) Information about electronic auction
An electronic auction has been used: No

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2020/S 16-32448



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: C.313
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 21/04/2020

V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 8

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Elecsure Ltd, 02847305
20 Horsleys Field, King's Lynn, PE30 5DD, United Kingdom
Tel. +44 1553691277
Internet address: http://www.elecsure.net
NUTS Code: UKH16
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5,000,000
Total value of the contract/lot: 5,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: All communications shall be in English. Tenders and all supporting documentation must be priced in GBP and all payments under the Contract will be in GBP. Any agreement or form of appointment resulting from the invitation to tender (ITT) will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts. The contracting authority does not bind itself to accept any tender and reserves the right not to award any part or all parts of the contract. The contracting authority, or its agents,will not be liable for any costs incurred by those tendering for this Contract.
To view this notice, please click here:
https://freebridge.delta-esourcing.com/delta/viewNotice.html?noticeId=489518991

VI.4) Procedures for review

VI.4.1) Review body
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079477000
Internet address: http://www.hmcourts-service.gov.uk

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period will allow unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have two working days from the notification of the award decision to request additional debriefing and that information has o be provided a minimum of three working days before the expiry of the standstill period. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 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). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into, 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 the contract has been entered into the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be "ineffective".

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 22/04/2020