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.5) Date of dispatch of this notice
08/12/2023