Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The University of Manchester
Oxford Road
Contact point(s): John Owens Building
For the attention of: Diane Whitfield
M13 9PL Manchester
UNITED KINGDOM
Telephone: +44 1612754035
E-mail: diane.whitfield@manchester.ac.uk
Fax: +44 1612752961
Internet address(es):
General address of the contracting authority: www.campus.manchester.ac.uk/procurement
Electronic access to information: www.in-tendhost.com/universityofmanchester
Electronic submission of tenders and requests to participate: www.in-tendhost.com/universityofmanchester
Further information can be obtained from: The University of Manchester
Oxford Road
Contact point(s): Beyer Building
For the attention of: Jeff Smith
M13 9PL Manchester
UNITED KINGDOM
Telephone: +44 1612752267
E-mail: jeffrey.smith@manchester.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
Other
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:
Passive Fire Protection Services.
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 UKD31
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)
The University have approximately 5000 identified breaches of fire compartmentation in the University building structures. The breaches range in size from 25mm diameter upto 8 metre squared all requiring appropriate remedial Passive Fire Protection. Pipe collars and pipe wraps are also a requirement of this contract.
The breaches range in terms of size and structure, but predominantly fall within the following categories:
Penetration, cavity barriers and linear gap seals;
Board fire protection.
The University expects all the works to be undertaken by one or more contractor and in accordance with a detailed specification.
Contractors will only be considered if they have 3rd Party Accreditation under either FIRAS or BRE LPS1531 Passive Protection Installer Scheme.
3 yr contract plus possible 1 + 1 yr extension.
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:
3 year Contract with possible further two 1 year extentions. The anticipated value of the contract is 200,000 per annum.
Estimated value excluding VAT: 1 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Authoritys particular requirements will be set out in the Invitation to Tender documentation and may include, inter alia, performance bond(s) and/or parent-company guarantee(s) and/or other forms of security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be determined. Further details will be set out in the Invitation to Tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Authoritys particular requirements are to be determined but the Authority may require that any contract awarded shall be entered into by a single legal entity on the part of the successful candidate.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
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
Information and formalities necessary for evaluating if the requirements are met: Information as detailed in the PQQ.
Minimum level(s) of standards possibly required: Information as detailed in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information as detailed in the PQQ.
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: yes
Reference to the relevant law, regulation or administrative provision: Contractors will only be considered if they have 3rd Party Accreditation under either FIRAS or BRE LPS1531 Passive Protection Installer Scheme.
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: no
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
Objective criteria for choosing the limited number of candidates: The Authority intends to invite sufficient candidates on the basis of the ranking of candidates at the PQQ evaluation stage at which the criteria referred to in Part 4 of the Public Contracts Regulations 2006, as amended (implementing articles 45-52 inclusive of Directive 2004/18/EC) will be assessed and marked.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
2014/876/Passive Fire Protection Services/JS/DW
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 3.3.2014 – 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.3.2014 – 16:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
20.3.2014
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
Date: 24.4.2014 – 12:00
Place:
Manchester.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Employees and officers of The University of Manchester.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Jan 2017
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
The Authority expressly reserves the rights:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice:
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition,
(iii) to award (a) contract(s) in respect of any part(s) of the services covered by this notice, and
(iv) to award contract(s) in stages.
and in no circumstances will the Authority be liable for any costs incurred by candidates.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
22.1.2014