Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The University of Sheffield
Firth Court, Western Bank
Sheffield
S10 2TN
UK
E-mail: James.Rainbow@sheffield.ac.uk
NUTS: UKE32
Internet address(es)
Main address: https://www.sheffield.ac.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.in-tendhost.co.uk/sheffield/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.in-tendhost.co.uk/sheffield/aspx/Home
Tenders or requests to participate must be sent 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
3272JR - Refrigeration Equipment Maintenance
Reference number: 3272JR
II.1.2) Main CPV code
50710000
II.1.3) Type of contract
Services
II.1.4) Short description
An indicative summary of the contract scope and requirements is as follows:-
Maintained Equipment Group(s):
- Refrigeration systems whether providing environmental control or serving processes, and stand-alone items of refrigeration equipment;
- Air handling units where these have refrigerant-to-air heat exchangers;
- Local mechanical ventilation and heat recovery units (MVHR), where they used in conjunction with distributed refrigeration systems such as variable refrigerant flow (e.g. VRV/VRF), and 'split' units.
Outline of Scope:
- Planned maintenance including periodic inspection, testing, replacement of consumables, adjustments, providing reports and certification.
- Reactive attendance to address faults with specific items of equipment
- Meeting statutory compliance requirements, organisational sustainability goals, and business continuity needs, in line with industry best practice.
- Minimising climate change impacts due to the nature of refrigeration
This list is non - exhaustive. Please refer to the tender documents for full information in regard to our requirement, the scope and the contract particulars.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
42510000
42530000
45331000
51100000
II.2.3) Place of performance
NUTS code:
UKE3
Main site or place of performance:
The University of Sheffield's estate
II.2.4) Description of the procurement
Indicative Equipment Breakdown - Approximately 2,400 elements forming approximately 800 systems, including:
• Split system elements;
• VRV system elements;
• MVHR units such as 'Lossnay';
• Chillers;
• Constant temperature controlled room elements;
• DX air handling units/systems;
• Plant growth chamber elements;
• Ground-source heat pumps.
The asset list Includes equipment from approximately 60 different manufacturers
Activities (indicative subject to refinement and change):
• Deliver all aspects of the BESA SFG20 instruction set for each equipment type, examples provided in the tender.
• Undertake the duties of Principal Contractor for this work.
• Provide annual technical condition survey and report, by system, covering all components.
• Provide annual audit and update to fluorinated gas regulations records.
• Provide annual audit and update to pressure systems regulations records.
•Provide information on request to support TM44 inspections.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
In line with the initial contract duration and any options of extension.
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:
Yes
Description of options:
Three years with an option to extend by a further two year period (3+2 year period).
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.1.2) 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.1.8) 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:
25/04/2022
Local time: 11:59
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: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
25/04/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
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
The University of Sheffield
Sheffield
S10 2TN
UK
VI.5) Date of dispatch of this notice
23/03/2022