Mechanical and Electrical Compliance Contract Loughborough
The aim of this procurement is to enter into a contract with a single contractor to manage and carry out the M&E Building Services compliance related planned preventative maintenance (PPM) which is currently delivered by a number of contractors via separate contracts.
United Kingdom-Loughborough: Repair and maintenance services of building installations
2016/S 105-187812
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Loughborough University
For the attention of: Tim Burton
LE11 3TU Loughborough
UNITED KINGDOM
E-mail: T.J.Burton@lboro.ac.uk
Internet address(es):
General address of the contracting authority: http://www.lboro.ac.uk
Address of the buyer profile: http://www.in-tendhost.com/loughborouni
Electronic access to information: http://www.in-tendhost.com/loughborouni
Electronic submission of tenders and requests to participate: http://www.in-tendhost.com/loughborouni
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
Service category No 1: Maintenance and repair services
NUTS code UKF22
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)
Historically the University has engaged contractors to carry out maintenance on individual M&E disciplines and has managed each contract independently which placed a heavy burden on LU Facilities Management staff. The intention now is to bring all the M&E disciplines under 1 contract and to give the contractor responsibility to manage, plan, coordinate, supervise, report and communicate under the governance of Loughborough University.
A large emphasis shall be placed on planning and communication which shall include planning service dates to ensure compliance with legislation, giving adequate notice to University Departments or Tenants before planned work commences and also keeping them informed as work progresses.
The Contracting Authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations.
II.1.6)Common procurement vocabulary (CPV)
50700000, 50710000
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:
Range: between 1 700 000 and 3 150 000 GBP
II.2.2)Information about options
Description of these options: The contract will be for a 3 year period with an option to extend for 2 further years if performance is satisfactory, at the discretion of Loughborough University.
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 set out within the tender documents.
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
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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.3.5)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
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.4.1)Body responsible for appeal procedures
Royal Courts of Justice
Strand
WC2A 2LL London
UNITED KINGDOM
VI.5)Date of dispatch of this notice:
Related Posts
Mechanical and Electrical Engineering Tender Staffordshire
Fixed Wire Testing Derbyshire – Request for Quote
Hampshire’s Mechanical and Electrical Minor Works Framework
Facilities Management Tender North Yorkshire