Contract notice
Section I: Contracting
authority
I.1) Name and addresses
UNIVERSITY OF YORK
10007167
Heslington
YORK
YO105DD
UK
Contact person: Rob Allan
Telephone: +44 1904328214
E-mail: rob.allan@york.ac.uk
NUTS: UKE21
Internet address(es)
Main address: www.york.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/york/aspx/Home
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/york/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/york/aspx/Home
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://in-tendhost.co.uk/york/aspx/Home
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
Tender for the Provision of Electrical Works
Reference number: UY PROC 1114
II.1.2) Main CPV code
45310000
II.1.3) Type of contract
Works
II.1.4) Short description
The University of York (the "University") is inviting tenders to establish a Framework Agreement (the
"Framework") for the provision of electrical repair, maintenance, and installation works and services, at buildings
and facilities located on the University of York campus. Details of the size and scale of the University's campus
can be found at: https://www.york.ac.uk/about/campus
II.1.5) Estimated total value
Value excluding VAT:
6 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45311000
45315000
45317000
50532000
50711000
51100000
II.2.3) Place of performance
NUTS code:
UKE21
Main site or place of performance:
Works and services are to be delivered to University of York buildings located within York, and specifically within York University's Campus East and Campus West locations.
II.2.4) Description of the procurement
Establishment of a Framework Agreement (the "Framework") for the provision of electrical minor works and
services to supplement the University's estates operations and development teams. The Framework shall cover electrical works, electrical system repairs and installation works carried out on the fabric of buildings at the University of York
Heslington Campus. The University is looking for suitably qualified and experienced operatives to carry out
the electrical services and works. Ability to work safely within buildings known to contain asbestos shall be
a requirement of this Framework. Details of requirements are found within the procurement documents. The
main user of the concluded Framework agreement will be the University of York Department of Technology, Estates and Facilities department, and in particular the Electrical Operations team, Project Development, and the University's Building
Maintenance team. Details of the University's estates department can be found at the following link: https://
www.york.ac.uk/about/departments/support-and-admin/estates-and-campus-services/about/
Please note that the Framework agreement shall have 5 appointed contractors and shall
commence on the 1st January 2025. Contracts shall be awarded in accordance with the process set out within
the procurement documents.
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:
6 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
A procurement to renew this Framework shall take place over the summer 2028.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Objective criteria for choosing the limited number of candidates:
Shall be the criteria published within the procurement documents.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Framework shall be awarded for an initial term of two years, with the option to extend the Framework by a maximum of two final years. The Framework shall therefore run for a maximum of four years in total. Framework members shall fix costs for the initial two year Framework term.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
Shall be the conditions published within the procurement documents.
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.2) Conditions related to the contract
III.2.2) Contract performance conditions
Shall be the conditions published within the procurement documents.
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
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 5
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/09/2024
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
20/09/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Summer 2028
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000
VI.4.2) Body responsible for mediation procedures
University of York
Hesington
York
YO10 5DD
UK
Telephone: +44 1904320000
E-mail: procurement@york.ac.uk
Internet address(es)
URL: www.york.ac.uk
VI.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000
VI.5) Date of dispatch of this notice
06/08/2024