Portable Appliance Testing

In collaboration with:

APUC

CPC

LUPC

NEUPC

SUPC

HEPCW

Contents Page

Page 3Foreword

Page 4Using this Framework Agreement

Page 9Award Criteria

Page 10Scoring Summary

Page 11Supplier Details –Calbarrie Compliance Services Ltd

Page 13Supplier Details –Electrotest Services Ltd

Page 16Supplier Details –Hawkesworth Appliance testing Ltd

Page 18Supplier Details – Intersafe Ltd

Page21Supplier Details – Norwood Electrical (UK) Ltd

Page 24Supplier Details – PHS Compliance Ltd

Page 27Supplier Details – Safety Test UK Ltd

Page 30Supplier Price Comparison

Page 33Supplier Geographical Coverage

Page 34Key Consortia Contacts

Foreword

1.Introduction

1.1This document gives a brief outline of the Goodsand Services provided under the Provision of Portable Appliance Testing framework agreement. The Framework covers the supply, installation, and removal,but has not been limited to exact specifications so there is room for discussion of exact requirements.

2.Awarded Suppliers

2.1This framework agreement has been awarded to the following suppliers:

2.1.1Calbarrie Compliance Services Ltd

Electrotest Services Ltd

Hawkesworth Appliance Testing Ltd

Intersafe Ltd

Norwood Electrical (UK) Ltd

PHS Compliance Ltd

Safety Test UK Ltd

3. Framework Management

The Framework is managed by the NWUPC Ltd. Should you require any further details please contact:

David LambContracts and Training Managerat:

Tel:0161 234 8003

Email:

4.Collaborative Partners

4.1This Framework Agreement is currently supported by and open to the following consortia:

NWUPCNorth Western Universities Purchasing Consortium

APUCAdvanced Procurement for Universities and Colleges

LUPCLondon Universities Purchasing Consortium

NEUPCNorth Eastern Universities Purchasing Consortium

SUPCSouthern Universities Purchasing Consortium

CPCCrescent Purchasing Consortium

HEPCWHigher Education Purchasing Consortia Wales

5. Documentation

5.1 The ITT Documents for the Framework Agreement are available on GeM.

5.2 The General Terms and Conditions of the Framework Agreement are available on GeM.

5.3 The Special Terms and Conditions of the Framework Agreement are available on GeM.

Using this Framework Agreement

Call Off Procedure

  1. Introduction
  2. If the Authority or any Other Contracting Body decides to source the Available Goods and Services through the Framework then it will award its Goods and Services Requirements in accordance with the procedure in this document (Call-Off Procedure) and the requirements of the Regulations and the Guidance.
  1. Award Procedure
  2. If a Contracting Body can determine that:

2.1.1its Goods and Services Requirements can be met by the Framework Supplier's catalogue of Available Goods and Services as set out in Appendices 1 –7 (as applicable dependent on Lot);

2.1.2the Framework Supplier provides the most economically advantageous solution in respect of the Contracting Body’s Goods and Services Requirements; and

2.1.3all of the terms of the proposed contract are laid down in this Framework Agreement and the Call Off Terms or Lease Agreement do not require amendment or any supplementary terms and conditions;

then the Contracting Body may place an Order in accordance with the Direct Ordering Procedure set out in paragraph 3 below.

2.2If all of the terms of the proposed contract are not laid down in this Framework Agreement and a Contracting Body:

2.2.1requires the Supplier to develop proposals or a solution in respect of such Contracting Body’s Goods and Services Requirements; and/or

2.2.2needs to amend or refine the Call-Off Terms or Lease Agreement Terms to reflect its Goods and Services Requirements to the extent permitted by and in accordance with the Regulations and Guidance;

then the Contracting Body shall place an Order in accordance with the procedures set out in paragraph 4 below.

  1. Direct Ordering Without a Further Competition
  2. Subject to paragraph 2.1 above any Contracting Body ordering Available Goods and Services under the Framework without holding a further competition shall:

3.1.1develop a clear Statement of Requirements setting out its requirements for the Available Goods and Services;

3.1.2apply the Direct Award Criteria to the catalogue of Available Goods and Services for all Suppliers capable of meeting the Statement of Requirements in order to establish which of the Framework Suppliers provides the most economically advantageous solution; and

3.1.3on the basis set out above, award its Goods and Services Requirements by placing an Order with the successful Framework Supplier in accordance with paragraph 9 below.

Further Competition Procedure

  1. Contracting Body’s Obligations

4.1 Any Contracting Body ordering Available Goods and Services under the Framework through a further competition shall:

4.1.1develop a Statement of Requirements setting out its requirements for the Available Goods and Services and identify the Framework Suppliers capable of supplying the Available Goods and Services;

4.1.2refine the Call-Off Terms or Lease Agreement Terms to reflect its Goods and Services Requirements only to the extent permitted by and in accordance with the requirements of the Regulations. This could involve amending the weighting of award criteria, supplementing the award criteria with other relevant criteria and/or removing criteria which are deemed by the OCB as not relevant. This process should not materially change the conditions of the Framework Agreement. Such refinement could include, but is not limited to, the following:

4.1.2.1 particular delivery timescales;

4.1.2.2 particular invoicing arrangements and payment profiles;

4.1.2.3 additional security needs;

4.1.2.4 incidental charges;

4.1.2.5 particular associated services, eg installation, maintenance and training;

4.1.2.6 particular mixes of quality systems and rates;

4.1.2.7 particular mixes of rates and quality;

4.1.2.8 where the terms include a price mechanism;

4.1.2.9 individual special terms (e.g. specific to the particular goods/services/goods and services that will be provided to meet a particular requirement under the Framework Agreement);

4.1.2.10 e-procurement capability

4.1.3invite tenders by conducting a further-competition for its Goods and Services Requirements in accordance with the Regulations and in particular:

4.1.3.1 invite the Framework Suppliers to develop a proposed statement of work (covering Goods and/or Services as applicable) setting out their respective proposals in respect of such Contracting Body's Statement of Requirements (“Statement of Work”) and invite the Framework Suppliers to submit a tender in writing for each specific contract to be awarded by giving written notice by email to the relevant Supplier Representative of each Framework Supplier;

4.1.3.2 set a time limit for the receipt by it of the tenders which takes into account factors such as the complexity of the subject matter of the contract and the time needed to submit tenders; and

4.1.3.3 keep each tender confidential until the time limit set out in paragraph 0(b) above has expired.

4.1.4apply the Further Competition Award Criteria to the Framework Suppliers’ compliant tenders submitted through the further competition as the basis of its decision to award a Call-Off Agreement and/or Lease Agreement for its Goods and Services Requirements;

4.1.5on the basis set out above, award its Goods and Services Requirements by placing an Order with the successful Framework Supplier in accordance with paragraph 9 which:

4.1.5.1 states the Goods and Services Requirements;

4.1.5.2 states the Statement of Work submitted by the successful Framework Supplier;

4.1.5.3 states the charges payable for the Goods and Services Requirements in accordance with the tender submitted by the successful Framework Supplier; and

4.1.5.4 incorporates the Call-Off Terms or Lease Agreement Terms applicable to the Goods and Services,

4.1.6provide unsuccessful Framework Suppliers with feedback in relation to the reasons why their tenders were unsuccessful.

5. The Supplier's Obligations

5.1 The Supplier will in writing, by the time and date specified by the Contracting Body in accordance with paragraph 3.1.3 provide the Contracting Body with either:

5.1.1 a statement to the effect that it does not wish to tender in relation to the relevant Goods and Services Requirements; or

5.1.2 the Statement of Work and full details of its tender made in respect of the relevant Statement of Requirements. In the event that the Supplier submits a Statement of Work, it should include, as a minimum:

5.1.3an email response subject line to comprise unique reference number and Supplier name, so as to clearly identify the Supplier;

5.1.4a brief summary, in the email, stating whether or not the Supplier is bidding for the Statement of Requirements;

5.1.5a proposal covering the Goods and Services Requirements.

5.1.6[CVs of Key Personnel – as a minimum any lead consultant, with others, as considered appropriate along with required staff levels;] and

5.2The Supplier shall ensure that any prices submitted in relation to a further competition held pursuant to this paragraph 5, shall be based on the Charging Structure and take into account any discount to which the Contracting Body may be entitled as set out in Framework Schedule 3 (Charging Structure).

5.3 The Supplier agrees that:

5.3.1 all tenders submitted by the Supplier in relation to a further competition held pursuant to this paragraph 5. shall remain open for acceptance by the Contracting Authority for ninety (90) Working Days (or such other period specified in the invitation to tender issued by the relevant Contracting Body in accordance with the Ordering Procedure); and

5.3.2 all tenders submitted by the Supplier are made in good faith and that the Supplier has not fixed or adjusted the amount of the offer by or in accordance with any agreement or arrangement with any other person. The Supplier certifies that it has not and undertakes that it will not:

5.3.2.1communicate to any person other than the person inviting these offers the amount or approximate amount of the offer, except where the disclosure, in confidence, of the approximate amount of the offer was necessary to obtain quotations required for the preparation of the offer; and

5.3.2.2 enter into any arrangement or agreement with any other person that he or the other person(s) shall refrain from making an offer or as to the amount of any offer to be submitted.

6. E-Auctions

6.1 One or more Contracting Bodies may use an electronic reverse auction to evaluate tenders and award a Call-off Agreement or Lease Agreement as part of a further competition process. The Supplier shall comply with documentation issued by the relevant Contracting Body in connection with the e-auction.

7.No Award

7.1 Notwithstanding the fact that the Contracting Body has followed a procedure as set out above in paragraph 3, 4 or 5, the Contracting Body shall be entitled at all times to decline to make an award for its Goods and Services Requirements. Nothing in this Framework Agreement shall oblige any Contracting Body to place any Order for the Available Goods and Services.

8. Responsibility for Awards

8.1 The Supplier acknowledges that each Contracting Body is independently responsible for the conduct its award of Call-Off Agreements and/or Lease Agreements under the Framework and that the Authority is not responsible or accountable for and shall have no liability whatsoever in relation to:-

8.1.1 the conduct of Other Contracting Bodies in relation to the Framework; or

8.1.2 the performance or non-performance of any Call-Off Agreements and/or Lease Agreements between the Supplier and Other Contracting Bodies entered into pursuant to the Framework.

9.Form of Order

9.1 Subject to paragraphs 2 to 8 above, each Contracting Body may place an Order with the Supplier by serving an order in writing including systems of ordering involving facsimile, electronic mail or other on-line solutions.

9.2 The Contracting Body in placing an Order pursuant to paragraph 0 above shall enter a Call-Off Agreement and/or Lease Agreement with the Supplier for the provision of Goods and Services referred to in that Order.

Version 2 DL August 2013 Page 1 of 33

Portable Appliance Testing

Provision of Portable Appliance Testing

Award Criteria

Version 2 DL August 2013 Page 1 of 33

Portable Appliance Testing

Invitation to Tender

Scoring Summary

The final scores achieved by the suppliers are as follows:

Norwood Electrical (UK) Ltd / 91.43
Electrotest Services Ltd / 90.43
Safety Test UK Ltd / 88.69
PHS Compliance Ltd / 87.20
Hawkesworth Appliance Testing Ltd / 85.34
Calbarrie Compliance Services Ltd / 85.30
Intersafe Ltd / 84.93

Version 2 DL August 2013 Page 1 of 33

Portable Appliance Testing

Supplier Details

1.Calbarrie Compliance Services Ltd

Organisation Overview

Calbarrie Compliance has been trading within the Health & Safety and Compliance sector since 1970. Calbarrie Ltd was incorporated in 2000 and became Calbarrie Compliance Ltd in 2012 following a merger with ECS Compliance Services.

BS EN ISO 9001: 2008 Electrical Engineering Contracting

EAC code 19/28

CHAS Accredited,

  1. Contact Details

Address:

Barrington House

Cheltenham

Gloucestershire

GL51 9NN

Registration No:06727566

Website:

Account Manager

The Account Manager responsible for the overall management of the contract, setting up the price files for all membersand marketing the Framework:

Name:Allan Sapsed

Job Title:Business Development Executive

Office Telephone:01242 587 080

Email Address:

Name:David Hale

Job Title:Regional Manager

Office Telephone:01270524 871

Mobile:07793 098 884

Email Address:

Name:Andy Pearson

Job Title:Operations Manager

Office Telephone:01270 524 871

Mobile:07810 275 636

Email:

Copy of the organisational chartis available by clicking on the icon below:

  1. Ordering Methods

Calbarrie Compliance Services Ltdcan accept the following methods of ordering:

Method / Agreement
Telephone Orders / 
Fax Orders / 
Email Orders / 
Postal Orders / 
Procurement Card / 
Dedicated Web Pages / 

4. Invoicing & Payment

Calbarrie Compliance Services Ltd can accept the following methods of invoicing and payment:

Method / Agreement
Paper Invoicing / 
Electronic Invoicing / x
Consolidated Invoicing / 
BACS Payment / 
Procurement Card / 
Cheques / 
  1. Cancellation Policy

Calbarrie do not have a cancellation policy. Should any works be cancelled – being one of the largest Inspection and Testing companies in the UK we believe that we would have enough other work within the area to fall back on.

6. Pricing

The price list for Calbarrie Compliance Services is available by clicking on the icon below. These prices are fixed for a period of 12 months from the start date of the Framework Agreement. . Prices exclude VAT.

Supplier Details

1.Electrotest Services Ltd

Organisation Overview

Electrotest Services Limited are Inspection & Testing specialists and understand the challenges you face in meeting the Health & Safety at Work Act and subordinate regulations and guidance; and how cost, disruption and due diligence play a factor.

Our 22 years experience can help you through these challenges by providing professional comprehensive services; tailored to your individual needs. Our business is focused on supporting and managing the needs of the client, to exceed your expectations and deliver.

Each Specialist Division is fully accredited to deliver their service and provides expertise and experience in their field.

Giving you the peace of mind and guarantee that all of your compliance needs are being provided in accordance with all Regulatory Standards and Approved Codes of Practice.

ISO9001:2008 Quality Management System

ISO14001:2004 Environmental Management System

OHSAS18001: 2007 Health & Safety Management System

ISO27001:2005 Information and Data Security Management System

2. Contact Details

Address:Energy House

Burntwood Business Park

Attwood Road

Staffordshire

WS7 3GJ

Registration No:2666115

Website:

Account Manager

The Account Manager is responsible for the overall management of the contract, setting up the price files for all members and marketing the Framework:

Name: Iain Challinor

Job Title: Sales Director

Office Telephone:01543 459 966

Email Address:

Name:Patricia Pitt

Job Title:Operations Director

Office Telephone:01543 459 966

Email Address:

Name:Melanie Shepherd

Job Title:Sales Support

Office Telephone:01543 459 966

Email Address: or

Copy of the organisational chart is available by clicking on the icon below:

3.OrderingMethods

Electrotest Services Ltd can accept the following methods of ordering:

Method / Agreement
Telephone Orders / 
Fax Orders / 
Email Orders / 
Postal Orders / 
Procurement Card Level 1 / 
Dedicated Web Pages / No
  1. Invoicing & Payment

Electrotest Services Ltd can accept the following methods of invoicing and payment:

Method / Agreement
Paper Invoicing / 
Electronic Invoicing / 
Consolidated Invoicing / 
BACS Payment / 
Procurement Card Level 1 / 
Cheques / 

5.Cancellation Policy

Notice of cancellation is required within a minimum of 4 working days prior to scheduled visit. For cancellations after this time the following charges will apply:-

3 working days prior – 25% of Order Value

2 working days prior – 50% of Order Value

1 working day prior – 75% of Order Value

Day of visit - 100% of Order Value

All charges will be made at our discretion.

6. Pricing

The price list for Electrotest Services Ltd is available by clicking on the icon below. These prices are fixed for a period of 12 months from the start date of the Framework Agreement. . Prices exclude VAT.

Supplier Details

1.Hawkesworth Appliance Testing Ltd

Organisational Overview

Hawkesworth Appliance Testing is the UK’s largest independent Portable Appliance Testing Company. We specialise solely in Portable Appliance Testing and have done since 1993. We currently carry out 11.2 Million tests per year at over 22,700 locations nationwide.

IS0 9001:2008

ISO 14001:2004

BS OHSAS 18001

Constructionline

CHAS

Safecontractor

NIC EIC

ECA

2.Contact Details

Address:Trafford Park Road

Trafford Park

Manchester

M17 1AN

Registration No:5374162

Website:

Account Manager

The Account Manager is responsible for the overall management of the contract, setting up the price files for all members and marketing the Framework.

Name:Richard Robson

Job Title:Account Manager

Office Telephone:01845 521786

Email Address:

A copy of the organisational chart is available by clicking on the icon below:

3. Order Process

Hawkesworth Appliance Testing Ltd can accept the following methods of ordering:

Method / Agreement
Telephone Orders / 
Fax Orders / 
Email Orders / 
Postal Orders / 
Procurement Card / 
Dedicated Web Pages / 

4. Invoicing & Payment

Hawkesworth Appliance Testing Ltd can accept the following methods of invoicing and payment:

Method / Agreement
Paper Invoicing / 
Electronic Invoicing / 
Consolidated Invoicing / 
BACS Payment / 
Procurement Card / 
Cheques / 
  1. Cancellation Policy

Cancellations must be made 2 working days prior to the scheduled start date for testing. Cancellation within 2 working days will result in a £100.00 cancellation fee.