Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Education
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Fixed Wire Testing and Inspection.
Reference number: OJEU17-008
II.1.2)Main CPV code
71314100
II.1.3)Type of contract
Services
II.1.4)Short description:
The intention of this work is to provide a complete service provision for the Inspection and Testing of the Fixed Wired Electrical installations within properties under the ownership/control of Durham University.
The purpose of this service provision is to provide an engineering view on whether or not Durham University fixed wired electrical installations are in a satisfactory condition which can continue to be used safely in accordance with the current edition of the IET wiring regulations BS7671.
Full adherence to the Specification throughout the contract term is required. If this can not be achieved, your bid will be deemed to be non-compliant and will not be evaluated.
The contract will be awarded on an initial 2 year basis with a further 3 year extension available in 12 monthly instalments.
http://events.transaxions.com/service.aspx?event=6764
II.1.5)Estimated total value
Value excluding VAT: 390 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKC1
Main site or place of performance:
University of Durham, Durham, DH1 3LE.
II.2.4)Description of the procurement:
The intention of this work is to provide a complete service provision for the Inspection and Testing of the Fixed Wired Electrical installations within properties under the ownership/control of Durham University.
The purpose of this service provision is to provide an engineering view on whether or not Durham University fixed wired electrical installations are in a satisfactory condition which can continue to be used safely in accordance with the current edition of the IET wiring regulations BS7671.
Full adherence to the Specification throughout the contract term is required. If this can not be achieved, your bid will be deemed to be non-compliant and will not be evaluated.
The contract will be awarded on an initial 2 year basis with a further 3 year extension available in 12 monthly instalments.
http://events.transaxions.com/service.aspx?event=6764
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 390 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Minimum level(s) of standards possibly required:
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Minimum level(s) of standards possibly required:
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years: Due to the nature of the works, it operates in 5 year cycles. In order for everything to be tested by the same supplier and to ensure continuity in how the works in managed and recorded
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 23/05/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31/07/2017
IV.2.7)Conditions for opening of tenders
Date: 23/05/2017
Local time: 12:00
Information about authorised persons and opening procedure:
Authorised University Personnel using the eSourcing System.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
As in section VI.4.3) below
Durham
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
This authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. The communication will be in the form of a letter which will be issued electronically. The letter will provide a full debrief and contact details should a tenderer wish to appeal the decision. The time-scale for appeals will be detailed in the letter.
If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the settling aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
20/04/2017