Building Fabric Consultancy Services University of London
UCL is seeking to procure General Building Fabric Works Services across its Estate via competitive tender. The UCL Estate is a diverse mix of approximately 210 properties ranging in age, design and location although the majority fall within the bounds of the M25.
United Kingdom-London: Building-fabric consultancy services
2014/S 101-175879
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University College London
Gower Street
Contact point(s): Procurement Services
WC1E 6BT London
UNITED KINGDOM
E-mail: tenders.procurement@ucl.ac.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/ucl/aspx/Home
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Execution
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: To ensure effective competition under the framework agreement, 5 years provides a return on investment.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 3 000 000 and 4 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
General building fabric works services procured through this framework are likely to include, but not be exclusive to:
General building repairs, carpentry and joinery;
Internal fabrics, partitions and finishes, repairs and refreshments;
Sanitary appliance installations and repairs;
Fire strategy works (door replacement and fire stopping);
Door furniture replacement including locks and keys;
Roof surveying and remedial works to coverings and structures;
Roof and gutter clearance;
External drainage works and clearances, above and below ground;
Glazing replacement and repairs;
Internal plumbing and pipework installations and repairs;
Builders works in connection with electrical, mechanical and other installations;
Internal and external stair structures, finishes, handrail and balustrade repairs and replacements;
Metal works and fabrication (internal and external);
Repair and installation of external paving and other ground surfaces;
Waste and rubbish removal;
Testing and inspection of external metal fire escapes routes; and
Testing and inspection of man-safe systems, lines, ladders and eyebolts.
The UCL Estate varies in function and includes offices, laboratories, student residences, teaching facilities, libraries and other learning facilities and research centres.
The approximate annual spend for the required services is between GBP 3 000 000 and GBP 4 000 000.
Selected Bidders will be invited to participate further in the procurement procedure.
UCL is intending to appoint three suppliers to the framework.
II.1.6)Common procurement vocabulary (CPV)
71315100, 45451000, 79931000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: 1 year initially, followed by the option to extend by 3, then a further option to extend by one (i.e. 1+3+1).
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Any requirements are set out in the Pre-Qualification Questionnaire (PQQ) / Invitation To Tender (ITT) consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regulations 2006.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
All communications shall be in English (or a full translation provided at no cost to UCL). Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of 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.
UCL does not bind itself to accept any tender and reserves the right to accept any part of the tender. No contract capable of acceptance will be created between UCL and any party until a contract is executed between UCL and the selected providers
Expressions of interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received as per the instructions in the OJEU notice. Expressions of interest not submitted in the required format or containing all the requested information may be rejected.
The tender process is being conducted electronically via In-tend.
Suppliers are required to register on this website: https://in-tendhost.co.uk/ucl in order to receive documentation. After registering, you should express an interest in the relevant tender and then the tender documentation can then be downloaded.
All tender responses and any supporting documentation must be submitted through this system. There must be no postal correspondence from bidders unless agreed by UCL. Tenders shall not be sent and will not be accepted by fax or e-mail. It is bidders responsibility to ensure that their documents are uploaded on time and to check on the document size capability. Bidders should be aware that typically there is a high demand on the system close to return deadline times.
VI.4.1)Body responsible for appeal procedures
Royal Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: www.hmcouts-service.gov.uk
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: www.cedr.com
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Telephone: +44 2072761234
VI.5)Date of dispatch of this notice: