Measured Term Contract for Mechanical Refurbishment Works to University Buildings
Newcastle University is looking to create a framework agreement for the provision of various mechanical works, comprising of small building installations, refurbishments, repairs, maintenance and improvements.
United Kingdom-Newcastle upon Tyne: Repair and maintenance services of mechanical building installations
2014/S 092-160848
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Newcastle upon Tyne
King’s Gate
Contact point(s): https://www.ncl-tenders.co.uk/suppliers
For the attention of: Michael McGill
NE1 &RU Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912226680
E-mail: michael.mcgill@ncl.ac.uk
Fax: +44 1912228845
Internet address(es):
General address of the contracting authority: www.ncl.ac.uk
Address of the buyer profile: www.ncl-tenders.co.uk/suppliers
Electronic access to information: www.ncl-tenders.co.uk/suppliers
Electronic submission of tenders and requests to participate: www.ncl-tenders.co.uk/suppliers
Further information can be obtained from: Please refer to VI.3
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Please refer to VI.3
Tenders or requests to participate must be sent to: Please refer to VI.3
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
NUTS code UKC22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The works will involve all aspects of mechanical building services including BMS typical of University buildings, such as but not limited to laboratories, small and complex lecture theatres, libraries, cafe and commercial kitchens, offices (individual and open plan), public areas, meeting rooms, conference rooms, accommodation, plant areas, etc.
The Newcastle University anticipates it will spend on average, approximately GBP 1 million (ex VAT) per year on mechanical works over the term of the contract. It is not currently envisaged that this amount will decrease over the contract term however any quantities or values quoted are for guidance only and no express or implied statement is given that these will be met or exceeded. There is also no guarantee offered regarding what percentage of this value, each framework contractor will earn.
The contract will be a 2 year term with the option to extend for up to an additional 2 years.
It is envisaged that a maximum of ten candidates will be invited to tender, with a maximum of five awarded to the framework.
The framework agreement will be in the form of the JCT Measured Term Contract 2011.
II.1.6)Common procurement vocabulary (CPV)
50712000
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:
Estimated value excluding VAT:
Range: between 2 000 000 and 4 000 000 GBP
II.2.2)Information about options
Description of these options: The University is looking to award a 2 year contract with the option to extend for up to an additional 2 years.
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
As detailed in the tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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
Objective criteria for choosing the limited number of candidates: It is envisaged that a maximum of ten candidates will be invited to the tender stage, with a maximum of five being awarded to the framework.
Candidates will be evaluated in accordance with the criteria contained in the published PQQ and ITT.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The University intends to use its Due North e-tendering portal, Pro Contract, to conduct this tendering exercise.
All information regarding this opportunity can be found on the portal. Details on how to register an interest, access the information and submit a proposal can be found at: https://www.ncl-tenders.co.uk/suppliers
VI.5)Date of dispatch of this notice: