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:
QUB/1600/17 — Provision of CHP Consultancy Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UKN
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 wishes to appoint a single firm to provide mechanical and electrical engineering consultancy services for a number of new Combined Heat and Power (CHP) schemes and ongoing expert advice and specialist services in relation to the operation and maintenance of new and existing CHP systems at the University. The service is to be executed as a number of call-offs.
II.1.6)Common procurement vocabulary (CPV)
71321000, 71314300, 71333000
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:
The appointment will initially be for two years from the date of appointment, with options to extend by up to a further 36 months, subject to satisfactory performance.
The CHP consultant will be required to carry out the duties of M&E Engineer, Project Manager and Principal Designer as set out in the tender documents.
The CHP consultant's appointment is likely to cover a range of activities for different CHP schemes. For some schemes the University may only require the consultant to complete a detailed feasibility study. It is not possible to determine, at this stage, a full schedule of the nature, type and size of projects to which the appointment will apply but details of possible schemes which are currently envisaged are included in the tender documents.
The University gives no guarantee as to the value or volume of business which will be awarded to the successful applicant. The University Estate is under continual development and CHP Consultancy Services for various schemes may be added or omitted throughout the Estate as required during the period of the contract.
Estimated value excluding VAT:
Range: between 300 000 and 500 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The appointment will initially be for two years from the date of appointment, with options to extend by up to a further 36 months, subject to satisfactory performance.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (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:
Please refer to tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to tender documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please refer to tender documents.
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: Please refer to tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to tender documents.
Minimum level(s) of standards possibly required: Please refer to tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to tender documents.
Minimum level(s) of standards possibly required:
Please refer to tender documents.
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: Please refer to tender documents.
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
Open
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
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:
QUB/1600/17
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: 8.6.2017 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
9.6.2017 - 16:00
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
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 60 months.
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:
10.5.2017