loading
  • GB-WV1 1AD Wolverhampton
  • 22.10.2018
  • Ausschreibung
  • (ID 2-315760)

18-12 Duct Cleaning and Fire Damper Testing


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 22.10.2018, 10:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Hochschulen, Wissenschaft und Forschung
    Art der Leistung Studien, Gutachten / Brandschutz
    Sprache Englisch
    Aufgabe
    The contract is for the provision of risk assessment, routine inspection and cleaning of ductwork and ventilation systems, and routine inspection and testing of fire and smoke dampers, throughout the University.
    Leistungsumfang
    The University of Wolverhampton (the “University”) (including any entity which from time to time is a subsidiary of the University of Wolverhampton and any entity over which from time to time any of the entities defined in this paragraph either directly or indirectly exercises management or financial control, even though it may own less than (50 %) of the shares and is prevented by law from owning a greater shareholding) wishes to enter into a contract (the “Contract”) with a contractor (the “Contractor”) to carry out the provision of risk assessment, routine inspection and cleaning of ductwork and ventilation systems, and routine inspection and testing of fire and smoke dampers to the University and its Entities. The University is seeking an agreement via competitive tenders (“Tenders”) from suitably qualified organisations (“Tenderers”) in response to this Invitation to Tender (“ITT”) for the provision of the aforementioned services.
    The term of the contract shall be for a period of 3 years commencing 1.12.2018 with an optional extension for up to 2 further 12-month periods.
    Mandatory requirements include:
    — the tenderer must have a minimum annual turnover of 700 000 GBP,
    — the tenderer must have a credit safe score of ≥30,
    — the successful contractor must have 5 000 000 GBP public liability insurance,
    — the successful contractor must have 5 000 000 GBP employer’s liability insurance,
    — the tenderer must hold an accredited independent third party certificate of compliance with BS OHSAS 18001 /a relevant Safety Schemes in Procurement (SSIP) certificate,
    — the tenderer must hold an accredited independent 3rd party certificate of compliance with ISO 9001 (quality management),
    — the tenderer must be a member of the Building Engineering Services Association (BESA) or equivalent. Note if the Tenderer is a member of an equivalent association they must provide evidence clearly outlining its equivalency to BESA,
    — the tenderer must provide evidence that all engineers who will be involved in delivering this contract are trained to BESA TR/19,
    — the tenderer must provide evidence that the engineer(s) involved in delivering this contract are a BS9999 competent person(s).
    This requirement is not split into lots. The need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the contract.
    In order to allow this contract to be used for potential European Union funded projects we are notifying all tenderers that some works might be subject to part funding by the European Structural and Investment Funds Growth Programme for England (2014-2020) or any other European Union Funded Programme.
    The opportunity will also be available for use by other public bodies in Wolverhampton and Partner Authorities in the West Midlands combined authority.
    Adresse des Bauherren UK-WV1 1AD Wolverhampton
    TED Dokumenten-Nr. 418398-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Wolverhampton: Inspection of ventilation system

      2018/S 185-418398

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      University of Wolverhampton
      MX Building, Camp Street
      Wolverhampton
      WV1 1AD
      United Kingdom
      Telephone: +44 1902321000
      E-mail: MTlnaWZabGlcZFxlazduY20lWFolbGI=
      NUTS code: UKG

      Internet address(es):

      Main address: www.wlv.ac.uk

      Address of the buyer profile: www.wlv.bravosolution.co.uk

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.wlv.bravosolution.co.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.wlv.bravosolution.co.uk
      Tenders or requests to participate must be submitted to 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:

      18-12 Duct Cleaning and Fire Damper Testing

      II.1.2)Main CPV code
      71315410
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The contract is for the provision of risk assessment, routine inspection and cleaning of ductwork and ventilation systems, and routine inspection and testing of fire and smoke dampers, throughout the University.

      II.1.5)Estimated total value
      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)
      50222100
      II.2.3)Place of performance
      NUTS code: UKG
      II.2.4)Description of the procurement:

      The University of Wolverhampton (the “University”) (including any entity which from time to time is a subsidiary of the University of Wolverhampton and any entity over which from time to time any of the entities defined in this paragraph either directly or indirectly exercises management or financial control, even though it may own less than (50 %) of the shares and is prevented by law from owning a greater shareholding) wishes to enter into a contract (the “Contract”) with a contractor (the “Contractor”) to carry out the provision of risk assessment, routine inspection and cleaning of ductwork and ventilation systems, and routine inspection and testing of fire and smoke dampers to the University and its Entities. The University is seeking an agreement via competitive tenders (“Tenders”) from suitably qualified organisations (“Tenderers”) in response to this Invitation to Tender (“ITT”) for the provision of the aforementioned services.

      The term of the contract shall be for a period of 3 years commencing 1.12.2018 with an optional extension for up to 2 further 12-month periods.

      Mandatory requirements include:

      — the tenderer must have a minimum annual turnover of 700 000 GBP,

      — the tenderer must have a credit safe score of ≥30,

      — the successful contractor must have 5 000 000 GBP public liability insurance,

      — the successful contractor must have 5 000 000 GBP employer’s liability insurance,

      — the tenderer must hold an accredited independent third party certificate of compliance with BS OHSAS 18001 /a relevant Safety Schemes in Procurement (SSIP) certificate,

      — the tenderer must hold an accredited independent 3rd party certificate of compliance with ISO 9001 (quality management),

      — the tenderer must be a member of the Building Engineering Services Association (BESA) or equivalent. Note if the Tenderer is a member of an equivalent association they must provide evidence clearly outlining its equivalency to BESA,

      — the tenderer must provide evidence that all engineers who will be involved in delivering this contract are trained to BESA TR/19,

      — the tenderer must provide evidence that the engineer(s) involved in delivering this contract are a BS9999 competent person(s).

      This requirement is not split into lots. The need to coordinate the different contractors for the lots could seriously risk undermining the proper execution of the contract.

      In order to allow this contract to be used for potential European Union funded projects we are notifying all tenderers that some works might be subject to part funding by the European Structural and Investment Funds Growth Programme for England (2014-2020) or any other European Union Funded Programme.

      The opportunity will also be available for use by other public bodies in Wolverhampton and Partner Authorities in the West Midlands combined authority.

      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
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 01/12/2018
      End: 30/11/2021
      This contract is subject to renewal: yes
      Description of renewals:

      The term of the contract shall be for a period of 3 years commencing 1.12.2018 with an optional extension for up to 2 further 12-month periods. Renewals will be made in line with the contract period.

      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

      However, in order to allow this contract to be used for potential funded projects we are notifying all tenderers that some works might be subject to part funding by, for example, the European Structural and Investment Funds Growth Programme for England (2014-2020) or any other European Union Funded Programme, or other funding body e.g. Local Enterprise Partnerships (LEP).

      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:

      As per the ITT documentation.

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      Execution of the service is reserved to a particular profession
      Reference to the relevant law, regulation or administrative provision:

      As stated in the ITT documentation.

      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
      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: 22/10/2018
      Local time: 10:00
      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
      Duration in months: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 22/10/2018
      Local time: 10:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

      September 2021 (if contract extension is not granted)

      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      University of Wolverhampton
      Wolverhampton
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      University of Wolverhampton
      Wolverhampton
      United Kingdom
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      21/09/2018
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 26.09.2018
Zuletzt aktualisiert 26.09.2018
Wettbewerbs-ID 2-315760 Status Kostenpflichtig
Seitenaufrufe 36