Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Facilities Services

  • First published: 10 December 2023
  • Last modified: 10 December 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04229f
Published by:
North Western Universities Purchasing Consortium
Authority ID:
AA80234
Publication date:
10 December 2023
Deadline date:
19 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Domestic and Non Domestic fired equipment maximum rated input of 500kW. This may include domestic fired heating equipment such as Gas fired boilers, gas fired water heaters, gas fired domestic gas cooking appliances installed within individual dwellings, within communal plant rooms serving residencies or academic buildings or domestic science laboratories. This may also include non-domestic gas fired boilers. This list is not exhaustive.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Western Universities Purchasing Consortium

04045190

Room 404, 4th Floor, Crescent House, University of Salford

Salford

M5 4WT

UK

Contact person: Laura Hills

Telephone: +44 1612348003

E-mail: laura.hills@nwupc.ac.uk

NUTS: UK

Internet address(es)

Main address: https://nwupc.ac.uk/

Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=75740&B=NWUPC


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=75740&B=NWUPC


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Other: Sub-central contracting authority

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Facilities Services

Reference number: EFM3141 NW

II.1.2) Main CPV code

71630000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NWUPC is establishing a multi-provider Framework Agreement on behalf of members of NWUPC, APUC, HEPCW, LUPC, NEUPC, SUPC and CPC for Facilities Services. The Framework Agreement is divided into lots as follows:

Lot 1 Gas Equipment Maintenance & Repair Services Domestic and Non Domestic Equipment up to 500 kw rated Input (North West)

Lot 2 Gas Equipment Maintenance & Repair Services Non Domestic Equipment greater than 500kw rated input (North West)

Lot 3 Portable Appliance Testing – (England and Wales)

Lot 4 Portable Appliance Testing – (Scotland)

Lot 5 Portable Appliance Testing – (Northern Ireland)

Lot 6 Fixed Wire Testing (England, Northern Ireland and Wales)

Lot 7 Fixed Wire Testing (Scotland)

The Framework Agreement will commence on 01st May 2024 for an initial period of Twenty-Four (24) months until 30th April 2026, with the option to extend the Agreement for 2 periods of twelve (12) months until 30th April 2028, subject to satisfactory Economic Operator performance.

II.1.5) Estimated total value

Value excluding VAT: 11 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Gas Equipment Maintenance & Repair Services Domestic and Non Domestic Equipment up to 500 kw rated Input (North West)

II.2.2) Additional CPV code(s)

71630000

50531000

50531200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Domestic and Non Domestic fired equipment maximum rated input of 500kW. This may include domestic fired heating equipment such as Gas fired boilers, gas fired water heaters, gas fired domestic gas cooking appliances installed within individual dwellings, within communal plant rooms serving residencies or academic buildings or domestic science laboratories. This may also include non-domestic gas fired boilers. This list is not exhaustive.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2024

End: 30/04/2026

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 01 May 2024 for an initial period of 24 months until 30 April 2026 with the option to extend the Agreement for 12 months until 30 April 2027 and a further 12 months until 30 April 2028 subject to satisfactory Economic Operator performance

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 2

II.2.1) Title

Lot 2 - Gas Equipment Maintenance & Repair Services Non Domestic Equipment greater than 500kw rated input

II.2.2) Additional CPV code(s)

71630000

50531000

50531200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

non-domestic gas fired heating equipment with maximum rated input exceeding 500kW. This will include gas fired boilers installed within communal plant rooms serving residencies or academic buildings. Although not a mandatory requirement, Suppliers may be requested to provide maintenance and repairs for Oil heating equipment if required.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2024

End: 30/04/2026

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 01 May 2024 for an initial period of 24 months until 30 April 2026 with the option to extend the Agreement for 12 months until 30 April 2027 and a further 12 months until 30 April 2028 subject to satisfactory Economic Operator performance

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 3

II.2.1) Title

Lot 3 - Portable Appliance Testing – England and Wales

II.2.2) Additional CPV code(s)

71630000

71600000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

the provision to undertake a comprehensive Portable Appliance Testing and Microwave Testing service in accordance with manufacturers guidelines, the IET Code of Practice for In-service Inspection & Testing of Electrical Equipment and the Health and Safety Executive. You must also adhere to any relevant British Standards and industry best practice such as the regulations listed within section 2.1 of Appendix 1 Framework Agreement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2024

End: 30/04/2026

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 01 May 2024 for an initial period of 24 months until 30 April 2026 with the option to extend the Agreement for 12 months until 30 April 2027 and a further 12 months until 30 April 2028 subject to satisfactory Economic Operator performance

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 4

II.2.1) Title

Lot 4 - Portable Appliance Testing – Scotland

II.2.2) Additional CPV code(s)

71630000

71600000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

the provision to undertake a comprehensive Portable Appliance Testing and Microwave Testing service in accordance with manufacturers guidelines, the IET Code of Practice for In-service Inspection & Testing of Electrical Equipment and the Health and Safety Executive. You must also adhere to any relevant British Standards and industry best practice such as the regulations listed within section 2.1 of Appendix 1 Framework Agreement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2024

End: 30/04/2026

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 01 May 2024 for an initial period of 24 months until 30 April 2026 with the option to extend the Agreement for 12 months until 30 April 2027 and a further 12 months until 30 April 2028 subject to satisfactory Economic Operator performance

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 5

II.2.1) Title

Lot 5 - Portable Appliance Testing – Northern Ireland

II.2.2) Additional CPV code(s)

71630000

71600000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

the provision to undertake a comprehensive Portable Appliance Testing and Microwave Testing service in accordance with manufacturers guidelines, the IET Code of Practice for In-service Inspection & Testing of Electrical Equipment and the Health and Safety Executive. You must also adhere to any relevant British Standards and industry best practice such as the regulations listed within section 2.1 of Appendix 1 Framework Agreement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2024

End: 30/04/2026

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 01 May 2024 for an initial period of 24 months until 30 April 2026 with the option to extend the Agreement for 12 months until 30 April 2027 and a further 12 months until 30 April 2028 subject to satisfactory Economic Operator performance

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 6

II.2.1) Title

Lot 6 - Fixed Wire Testing (England, Northern Ireland and Wales)

II.2.2) Additional CPV code(s)

71630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

the provision to undertake the comprehensive inspection , testing, servicing and surveying of whole fixed electrical installations, within the buildings indicated by the Member Institution, their out buildings, extensions and all associated external services. You must also adhere to any relevant British Standards and industry best practice such as the regulations listed within section 2.1 of Appendix 7 Framework Agreement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2024

End: 30/04/2026

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 01 May 2024 for an initial period of 24 months until 30 April 2026 with the option to extend the Agreement for 12 months until 30 April 2027 and a further 12 months until 30 April 2028 subject to satisfactory Economic Operator performance

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Lot No: 7

II.2.1) Title

Lot 7 - Fixed Wire Testing (England, Northern Ireland and Wales)

II.2.2) Additional CPV code(s)

71630000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

the provision to undertake the comprehensive inspection , testing, servicing and surveying of whole fixed electrical installations, within the buildings indicated by the Member Institution, their out buildings, extensions and all associated external services. You must also adhere to any relevant British Standards and industry best practice such as the regulations listed within section 2.1 of Appendix 7 Framework Agreement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Requirements / Weighting: 40

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/05/2024

End: 30/04/2026

This contract is subject to renewal: Yes

Description of renewals:

This Framework Agreement will commence on 01 May 2024 for an initial period of 24 months until 30 April 2026 with the option to extend the Agreement for 12 months until 30 April 2027 and a further 12 months until 30 April 2028 subject to satisfactory Economic Operator performance

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 58

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: 19/01/2024

Local time: 14:00

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

Tender must be valid until: 19/04/2024

IV.2.7) Conditions for opening of tenders

Date: 19/01/2024

Local time: 15:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

NWUPC https://www.nwupc.ac.uk/our-members

APUC http://www.apuc-scot.ac.uk/#!/members

HEPCW http://www.hepcw.ac.uk/about-us-2/

LUPC https://www.lupc.ac.uk/member-list

NEUPC http://www.neupc.ac.uk/our-members

SUPC https://www.supc.ac.uk/about-us/our-members/our-members

CPC https://www.thecpc.ac.uk/members/

At some point during the life of the Framework Agreement the current members of the

following may wish to utilise the Agreement and should have access at any point with the

permission of NWUPC. This Agreement is not intended to replace any current Agreements

that either participating or non-participating Institutions may already have in place. A list of

the current members is available as follows:

At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows:

Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide

https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

https://www.gov.uk/government/organisations

Local Authorities

https://www.gov.uk/find-local-council

https://www.local.gov.uk

NDPBs

https://www.gov.uk/government/organisations

National Parks Authorities

http://www.nationalparks.uk

Police Forces in the United Kingdom

http://www.police.uk/?view=force_sites

https://www.police-information.co.uk/index.html

http://www.scotland.police.uk

Fire and Rescue Services in the United Kingdom

https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services

NHS Bodies England

https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Hospices in the UK

https://www.hospiceuk.org/about-hospice-care/find-a-hospice

Registered Social Landlords (Housing Associations)

Third Sector and Charities in the United Kingdom

https://www.gov.uk/government/organisations/charity-commission

http://www.oscr.org.uk

Citizens Advice in the United Kingdom

http://www.citizensadvice.org.uk/index/getadvice.htm

www.cas.org.uk

NI Public Bodies

Northern Ireland Government Departments

https://www.northernireland.gov.uk/topics/your-executive/government-departments

https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland

Northern Ireland Public Sector Bodies and Local Authorities

https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

Schools and Universities in Northern Ireland

https://www.education-ni.gov.uk/

Health and Social care in Northern Ireland

http://online.hscni.net

Northern Ireland Housing Associations

https://www.nidirect.gov.uk/contacts/housing-associations

Police Service of Northern Ireland

https://www.psni.police.uk

VI.4) Procedures for review

VI.4.1) Review body

NWUPC Ltd

Salford

UK

VI.5) Date of dispatch of this notice

08/12/2023

Coding

Commodity categories

ID Title Parent category
50531200 Gas appliance maintenance services Repair and maintenance services for non-electrical machinery
50531000 Repair and maintenance services for non-electrical machinery Repair and maintenance services of machinery
71630000 Technical inspection and testing services Technical testing, analysis and consultancy services
71600000 Technical testing, analysis and consultancy services Architectural, construction, engineering and inspection services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
laura.hills@nwupc.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.