Supply Building Management Systems
The Provision of Building Management Systems (BMS), Integrated Services and Related Controls Maintenance Services.
United Kingdom-London: Other building completion work
2014/S 191-337464
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University College London
Gower Street
Contact point(s): Procurement Services
WC1E 6BT London
UNITED KINGDOM
E-mail: tenders.procurement@ucl.ac.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/ucl/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
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI
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 anticipated approximate annual value of this contract is 200 000 GBP.
Plant and Equipment associated with this maintenance service will include but will not be limited to:
1. BMS systems Head End hardware (Both servers and desktop pcs);
2. BMS software (Multiple OEM);
3. Outstation hardware;
4. Equipment sensors and transmitters;
5. Gas alarm systems CO2 and Oxygen;
6. Pressure Monitoring Systems in pressure dependant rooms;
7. Non BEMS control systems;
8. Blind controls;
9. Lighting control systems;
10.Window controls;
11. Air handling unit, fan and pump inverters;
12. Electrical, Energy, Gas, Oil, and Water meters;
13. Weather Stations inclusive of related gauges, sensors, meters, and transmitters;
14. Actuators for valves and dampers, etc.;
15. Licenses.
Services will include but not be limited to:
Preventative and Reactive Maintenance and upkeep of all UCL Campus BMS software, hardware, sensors, actuators, infrastructure, licenses and updates. Intermediary devices supporting LON, Bacnet and Modbus, and extraneous control systems.
The UCL Estate varies in function and includes offices, laboratories, student residences, teaching facilities, libraries and other learning facilities and research.
II.1.6)Common procurement vocabulary (CPV)
45450000
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: 1 000 000 GBP
II.2.2)Information about options
Description of these options: One year initially, followed by the option to extend by 3, then a further option to extend by one (i.e. 1 + 3 + 1).
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
Any requirements are set out in the Pre-Qualification Questionnaire (PQQ) / Invitation To Tender (ITT) consistent with the provisions of Directive 2004/18/EC and the Public Contracts Regulations 2006.
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
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
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
All communications shall be in English (or a full translation provided at no cost to UCL). Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of the Invitation To Tender (ITT) will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts.
UCL does not bind itself to accept any tender and reserves the right to accept any part of the tender. No contract capable of acceptance will be created between UCL and any party until a contract is executed between UCL and the selected providers.
Expressions of interest must be in the form of a completed Pre-Qualification Questionnaire (PQQ) to be received as per the instructions in the OJEU notice. Expressions of interest not submitted in the required format or containing all the requested information may be rejected.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
The tender process is being conducted electronically via In-tend.
Suppliers are required to register on this website: https://in-tendhost.co.uk/ucl in order to receive documentation. After registering, you should express an interest in the relevant tender and then the tender documentation can then be downloaded.
All tender responses and any supporting documentation must be submitted through this system. There must be no postal correspondence from bidders unless agreed by UCL. Tenders shall not be sent and will not be accepted by fax or e-mail. It is bidders responsibility to ensure that their documents are uploaded on time and to check on the document size capability.
Bidders should be aware that typically there is a high demand on the system close to return deadline times.
VI.4.1)Body responsible for appeal procedures
Royal Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: www.hmcouts-service.gov.uk
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: www.cedr.com
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32 and 32 A of the Public Contracts Regulations 2006 and The Public Contracts (Amendment) Regulations 2009, the Contracting Authority will incorporate a minimum 10 calendar day standstill period starting from the day when contract award was notified to the bidders. Unsuccessful bidders will be provided with a de-brief in the Award Decision Notice at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operator and the name of the economic operator to be awarded the contract. Tenderers have a right to appeal provided for within the Public Contracts Regulations 2006 (as amended). Any such proceedings must be brought in the High Court of England and Wales.
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Telephone: +44 2072761234
VI.5)Date of dispatch of this notice: