Periodic electrical testing for University of Birmingham
Framework Agreement.
UK-Birmingham: technical inspection and testing services
2012/S 20-032660
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and 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:
Periodic electrical testing.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: University of Birmingham.
NUTS code UKG31
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 8
Justification for a framework agreement, the duration of which exceeds four years: Commitment contract.
II.1.5)Short description of the contract or purchase(s)
Lot 1.
— Periodic electrical testing to comply with 17th edition IEE regulations,
— Following inspection a line diagram of the electrical distribution system (auto cad format),
— Quotation for remedial work required following testing,
— Regular site meetings,
— All documentation available in both electronic and hard copy.
Lot 2.
Quarterly and annual testing of protection devices, RCD’s, RCBO’s and ELCB’s.
Suppliers must tender for both lot 1 and lot 2. Both lots will be awarded to the same supplier. Lot 2 will be awarded subject to budgetary considerations.
The University therefore reserves the right to:
a) Award lot 1 only;
b) Award lot 1 and lot 2;
c) Award Lot 1 and lot 2 with the option of adding lot 2 to lot 1 contract if budget becomes available.
II.1.6)Common procurement vocabulary (CPV)
71630000, 71632000, 71314100
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: yes
Tenders may be submitted for all lots
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:
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
Duration in months: 96 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Periodic electrical services
1)Short description
Lot 1.
— Periodic electrical testing to comply with 17th edition IEE regulations,
— Following inspection a line diagram of the electrical distribution system (auto cad format),
— Quotation for remedial work required following testing,
— Regular site meetings,
— All documentation available in both electronic and hard copy.
2)Common procurement vocabulary (CPV)
71630000, 71632000, 71314100
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Suppliers must tender for both lot 1 and lot 2. Both lots will be awarded to the same supplier. Lot 2 will be awarded subject to budgetary considerations.
The University therefore reserves the right to:
a) Award lot 1 only
b) Award lot 1 and lot 2
c) Award lot 1 and lot 2 with the option of adding lot 2 to lot 1 contract if budget becomes available.
Lot No: 2 Lot title: Periodic electrical testing
1)Short description
Lot 2.
Quarterly and annual testing of protection devices, RCD’s, RCBO’s and ELCB’s.
2)Common procurement vocabulary (CPV)
71630000, 71314100, 71632000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Suppliers must tender for both lot 1 and lot 2. Both lots will be awarded to the same supplier. Lot 2 will be awarded subject to budgetary considerations.
The University therefore reserves the right to:
a) Award lot 1 only
b) Award lot 1 and lot 2
c) Award lot 1 and lot 2 with the option of adding lot 2 to lot 1 contract if budget becomes available.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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:
Payment of invoices will be 30 days from date of invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Limited company, joint and several liability.
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
Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to complete a pre-qualification questionnaire.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As requested in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required:
1. The University has a policy that requires that where contractors or suppliers operate on its site the contractors or suppliers should be compliant with CHAS (Contractors Health and Safety Scheme
www.chas.gov.uk) or an equivalent scheme approved by the University.
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: 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
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:
FRAM029/12
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 1.3.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
1.3.2012
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 tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 8.
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
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:27.1.2012