Contract notice
Section I: Contracting
authority
I.1) Name and addresses
UNIVERSITY OF YORK
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 Passive Fire Protection and General Reinstatement Works
Reference number: UY/PROC/864
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
The University of York ("the University") is pleased to invite tenders for the provision of Passive Fire Protection Installations and Repairs, and General Reinstatement Works through the establishment of a Works Framework ("the Framework"). The Framework shall be split into two Lots. Lot 1 shall be for the provision of general Passive Fire Protection Installation and Repair Works, and Lot 2 shall be for General Reinstatement Works. Tenders are invited for Lot 1 or Lot 2, or both lots. Each Lot shall be evaluated independently of the other.
II.1.5) Estimated total value
Value excluding VAT:
12 000 000.00
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
Passive Fire Protection Installation and Repair Works
II.2.2) Additional CPV code(s)
45343000
45400000
II.2.3) Place of performance
NUTS code:
UKE21
II.2.4) Description of the procurement
Passive Fire Protection Installation and Repair Works
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:
4 000 000.00
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:
Contact to be re-advertised ahead of expiry date.
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:
Yes
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:
No
Lot No: 2
II.2.1) Title
General Reinstatement Works
II.2.2) Additional CPV code(s)
45210000
45300000
45400000
50000000
II.2.3) Place of performance
NUTS code:
UKE21
II.2.4) Description of the procurement
General Reinstatement Works. Works to be carried out to reinstate offices, laboratories, and other University of York buildings following asbestos removal, intrusive surveys, and other work.
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:
8 000 000.00
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:
Contract to be re-advertised and tendered ahead of the renewal date.
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:
Yes
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:
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:
Are within the tender documents and the Selection Questionnaire.
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
Are within the tender documents and the Selection Questionnaire.
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: 3
Justification for any framework agreement duration exceeding 4 years: The University intends to appoint 3 contractors to each Framework Lot.
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:
20/07/2022
Local time: 12:00
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
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
20/07/2022
Local time: 12:01
Place:
Electronically via the In-Tend procurement portal.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
April 2026
VI.2) Information about electronic workflows
Electronic ordering 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
Fax: +44 2079476000
VI.4.2) Body responsible for mediation procedures
University of York
Heslington
York
YO10 5DD
UK
Telephone: +44 1904320000
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 20794760000
VI.5) Date of dispatch of this notice
17/06/2022