Installation and Maintenance of Building Energy Management Systems
Provision of a design, installation and maintenance service for building energy management systems (BEMS) across all of the University”s Campuses situated in Wolverhampton, Walsall and Telford.
UK-Wolverhampton: Repair and maintenance services of mechanical building installations
2013/S 116-198315
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Wolverhampton
MX Building, Camp Street
Contact point(s): Estates Management Division
For the attention of: Tony Fryer, Estates Management Surveyor
WV1 1AD Wolverhampton
UNITED KINGDOM
Telephone: +44 1902321936
E-mail: a.j.fryer@wlv.ac.uk
Internet address(es):
General address of the contracting authority: http://www.wlv.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/wolverhamptonuni
Further information can be obtained from: University of Wolverhampton
MX Building, Camp Street
Contact point(s): Estates Management Division
For the attention of: Steve Cocks, Energy Manager
WV1 1AD Wolverhampton
UNITED KINGDOM
Telephone: +44 1902321185
E-mail: s.cocks@wlv.ac.uk
Internet address: http://www.wlv.ac.uk
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
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
13/12: Design, Installation and Maintenance of Building Energy Management Systems.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
NUTS code UKG35
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Provision of a design, installation and maintenance service for building energy management systems (BEMS) across all of the University”s Campuses situated in Wolverhampton, Walsall and Telford.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
A four year term contract.
Estimated value excluding VAT:
Range: between 400 000 and 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.10.2013. Completion 30.9.2017
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
To be agreed.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
30 days from receipt of invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Applicants MUST complete a Pre-Qualification Questionnaire (PQQ) and return it by the due date and time. Questionnaires can ONLY be obtained by registering a formal Expression of Interest in the project via the University”s In-Tend e-procurement website (
http://in-tendhost.co.uk/wolverhamptonuni/). Completed PQQ”s and accompanying supplementary information should be returned in accordance with the conditions detailed therein.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants are required to have Trend Technology Centre accreditation and to be Trend IQ Assured. Applicants should also be Cylon Systems Integrator Approved.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: see Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
see Pre-Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 8
Objective criteria for choosing the limited number of candidates: On the basis of the information from the completed Pre-Qualification Questionnaire including; professional and technical resources and capability; previous relevant experience; financial and economic standing; service level/quality assurance; Health and Safety, Environmental and Equal Opportunities Policies and procedures; understanding of requirements and compliance with instructions.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
13/12
IV.3.2)Previous publication(s) concerning the same contract
no
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
15.7.2013 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Recurring term contract to be re-tendered at three or four year intervals.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Director of Corporate Governance
University of Wolverhampton, MA Building, Wulfruna Street
WV1 1LY Wolverhampton
UNITED KINGDOM
Telephone: +44 1902322620
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Within 10 days of notification of tender short list.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:14.6.2013
Requirement: Building Energy Management Systems