Mechanical and Electrical Installation Framework Loughborough
The framework will be separated into 4 lots based upon individual job spend, details are shown below: — Lot 1 — Mechanical Installation (5 000 – 50 000 GBP). Lot 2 — Electrical Installation (5 000 – 50 000 GBP).
United Kingdom-Loughborough: Installation services of electrical and mechanical equipment
2016/S 175-314638
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Loughborough University
Purchasing Office
For the attention of: Christine Vallis
LE11 3TU Loughborough
United Kingdom
Telephone: +44 1509222222
E-mail: c.vallis@lboro.ac.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/loughborouni/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
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
NUTS code UKF22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 16
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 6 500 000 GBP
II.1.5)Short description of the contract or purchase(s)
The framework will be separated into 4 lots based upon individual job spend, details are shown below:
— Lot 1 — Mechanical Installation (5 000 – 50 000 GBP).
— Lot 2 — Electrical Installation (5 000 – 50 000 GBP).
— Lot 3 — Mechanical Installation (50 000 – 500 000 GBP).
— Lot 4 — Electrical Installation (50 000 – 250 000 GBP).
II.1.6)Common procurement vocabulary (CPV)
51100000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The framework will be separated into 4 lots based upon individual job spend, details are shown below:
— Lot 1 — Mechanical Installation (5 000 – 50 000 GBP).
— Lot 2 — Electrical Installation (5 000 – 50 000 GBP).
— Lot 3 — Mechanical Installation (50 000 – 500 000 GBP).
— Lot 4 — Electrical Installation (50 000 – 250 000 GBP).
Refer to online PQQ documentation which is available by following the link in section 1 of this notice.
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Mechanical Installation (5 000 – 50 000 GBP)
1)Short description
2)Common procurement vocabulary (CPV)
51100000
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: Electrical Installation (5 000 – 50 000 GBP)
1)Short description
2)Common procurement vocabulary (CPV)
51100000
4)Indication about different date for duration of contract or starting/completion
Lot No: 3 Lot title: Mechanical Installation (50 000 – 500 000 GBP)
1)Short description
2)Common procurement vocabulary (CPV)
51100000
4)Indication about different date for duration of contract or starting/completion
Lot No: 4 Lot title: Electrical Installation (50 000 – 250 000 GBP)
1)Short description
2)Common procurement vocabulary (CPV)
51100000
4)Indication about different date for duration of contract or starting/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 in 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
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: See tender documentation.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 60
2. Quality. Weighting 40
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
Date: 2.12.2016 – 12:00
Place:
See tender documentation.
Persons authorised to be present at the opening of tenders: no
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
Telephone: +44 2079476000
VI.4.3)Service from which information about the lodging of appeals may be obtained
Royal Courts of Justice
Strand
WC2A 2LL London
United Kingdom
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice:
Related Posts
Electrical Services Request for Proposal
Mechanical and Electrical Maintenance and Repair Contract Leeds
Mechanical and Electrical Engineering Consultancy Framework
Small Electrical Works South Wales