Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NWUPC Ltd
NWUPC Ltd, Albert House, 17 Bloom Street
Manchester
M1 3HZ
UK
Contact person: Natasha Peacock
Telephone: +44 1612348000
E-mail: natasha.peacock@manchester.ac.uk
NUTS: UK
Internet address(es)
Main address: https://www.nwupc.ac.uk/
Address of the buyer profile: https://in-tendhost.co.uk/nwupc/aspx/Home
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://intendhost.co.uk/nwupc/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://intendhost.co.uk/nwupc/aspx/Home
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
Portable Appliance Testing (PAT)
Reference number: EFM 3127 NW
II.1.2) Main CPV code
71600000
II.1.3) Type of contract
Services
II.1.4) Short description
The NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of NWUPC, CPC, APUC, HEPCW, LUPC, SUPC and NEUPC for Portable Appliance Testing. Members referred to in the OJEU Notice may also participate in the Framework Agreement. This Framework Agreement will commence on 1.8.2019 for an initial period of 23 months until 30.6.2021 with the option to extend the Agreement for 12 months until 30.6.2022 and a further 12 months until 30.6.2023 subject to satisfactory Economic Operator performance. The Framework Agreement will be split into 3 lots as follows:
Lot 1: Portable Appliance Testing (England and Wales);
Lot 2: Portable Appliance Testing (Scotland);
Lot 3: Portable Appliance Testing (Northern Ireland).
II.1.5) Estimated total value
Value excluding VAT:
6 800 000.00
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: Portable Appliance Testing (England and Wales)
II.2.2) Additional CPV code(s)
71630000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
See tender documents.
II.2.4) Description of the procurement
Lot 1: Portable Appliance Testing includes, but is not limited to, the following scope: 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 and testing of electrical equipment, any relevant British Standards, the health and safety executive and industry best practice. Awarded suppliers will be responsible for the identification, inspection testing and repair services for a range of electrical equipment.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer requirements
/ Weighting: 30
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2019
End:
30/06/2023
This contract is subject to renewal: Yes
Description of renewals:
1 x 12 month extension to 30.6.2022 — 1 x 12 month extension to 30.6.2023.
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
II.2.14) Additional information
Lot No: 2
II.2.1) Title
Lot 2: Portable Appliance Testing (Scotland)
II.2.2) Additional CPV code(s)
71630000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
See tender documents.
II.2.4) Description of the procurement
Lot 2: Portable Appliance Testing includes, but is not limited to, the following scope: 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 and testing of electrical equipment, any relevant British Standards, the health and safety executive and industry best practice. Awarded suppliers will be responsible for the identification, inspection testing and repair services for a range of electrical equipment.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer requirements
/ Weighting: 30
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2019
End:
30/06/2023
This contract is subject to renewal: Yes
Description of renewals:
1 x 12 month extension to 30.6.2022 — 1 x 12 month extension to 30.6.2023.
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
II.2.14) Additional information
Lot No: 3
II.2.1) Title
Lot 3: Portable Appliance Testing (Northern Ireland)
II.2.2) Additional CPV code(s)
71630000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
See tender documents.
II.2.4) Description of the procurement
Lot 3: Portable Appliance Testing includes, but is not limited to, the following scope: 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 and testing of electrical equipment, any relevant British Standards, the health and safety executive and industry best practice. Awarded suppliers will be responsible for the identification, inspection testing and repair services for a range of electrical equipment.
II.2.5) Award criteria
Criteria below:
Quality criterion: Customer requirements
/ Weighting: 30
Price
/ Weighting:
70
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2019
End:
30/06/2023
This contract is subject to renewal: Yes
Description of renewals:
1 x 12 month extension to 30.6.2022 — 1 x 12 month extension to 30.6.2023.
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
II.2.14) Additional information
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:
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: 15
Justification for any framework agreement duration exceeding 4 years: 3 years 11 months
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 072-170726
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/06/2019
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
20/06/2019
Local time: 14:00
Place:
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.3) Additional information
The following organisations intend to utilise the Framework Agreement as soon as possible after award:
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 members of the following may wish to utilise the agreement: https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide
https://www.gov.uk/government/organisations
https://www.gov.uk/find-local-council
https://www.local.gov.uk
https://www.gov.uk/government/organisations
http://www.nationalparks.gov.uk
http://www.police.uk/?view=force_sites
https://www.police-information.co.uk/index.html
http://www.fire.org.uk/fire-brigades.html
https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
https://www.hospiceuk.org/about-hospice-care/find-a-hospice
https://www.hqp.org.uk/
http://www.charity-commission.gov.uk
http://www.oscr.org.uk
http://www.citizensadvice.org.uk/index/getadvice.htm www.cas.org.uk
https://www.gov.scot
http://www.parliament.scot/about-the-parliament.aspx
https://www.gov.scot/Topics/Government
https://www.gov.scot/Topics/Government/public-bodies
https://www.mygov.scot/organisations/
https://www.gov.scot/Topics/Government/public-bodies/about/Bodies
https://www.scot.nhs.uk/organisations
https://www.gov.scot/Topics/Health/NHS-Workforce/NHS-Boards
http://www.scotland.police.uk
https://www.sfha.co.uk/our-members/directory
https://www.gov.uk/government/organisations/office-of-the-secretary-of-state-for-scotland/about/our-governance
https://www.scottishhousingregulator.gov.uk/find-and-compare-landlords
https://beta.gov.scot/policies/schools/
https://beta.gov.scot/policies/schools/
https://education.gov.scot/parentzone/additional-support
http://www.wlga.gov.uk/home
https://gov.wales/about/civilservice/?lang=en
https://gov.wales/about/cabinet/cabinetstatements/2016-new/sponsoredbodies/?lang=en
http://www.wales.nhs.uk/ourservices/directory
https://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en
https://socialcare.wales/
https://www.northernireland.gov.uk/topics/your-executive/government-departments
https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
https://www.education-ni.gov.uk/
http://online.hscni.net
https://www.nidirect.gov.uk/contacts/housing-associations
https://www.psni.police.uk
https://www.hqp.org.uk/about-us/our-partners
VI.4) Procedures for review
VI.4.1) Review body
NWUPC Ltd
Albert House, 17 Bloom Street
Manchester
M13HZ
UK
Telephone: +44 1612348000
E-mail: natasha.peacock@manchester.ac.uk
Internet address(es)
URL: https://www.nwupc.ac.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
20/05/2019