Section one: Contracting authority
one.1) Name and addresses
University of Wolverhampton
MX Building, Camp Street
Wolverhampton
WV1 1AD
Telephone
+44 1902321000
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
21-03 Electrical & Data Installation Services (Dayworks)
Reference number
21-03
two.1.2) Main CPV code
- 45310000 - Electrical installation work
two.1.3) Type of contract
Works
two.1.4) Short description
The opportunity, across 3 Lots, is for the provision of repair, maintenance, modification or replacement of electrical services and also data cabling works and associated equipment and upgrading of data systems, as further described in the Particular Specifications.
The term of the Contract shall be for a period of 3 years commencing on 01.06.2021 with an optional extension of up to an additional 2x 12-month periods, subject to satisfactory performance and discretion of the University.
This requirement is split into three (3) Lots:
Lot 1 covers individual jobs <£25k (inc. VAT) in value. The Lot 1 Contract will be awarded to up to two Contractors on a first and second ranked basis.
Lot 2 covers individual jobs £25k-£100k (inc. VAT) in value. The Lot 2 Contract will be awarded to up to two Contractors on a first and second ranked basis.
Lot 3 will be for all Data installation works. Contracts will be awarded to a maximum of two Contractors on a first and second ranked basis.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Tenderers can apply for a single Lot or multiple Lots. Where Tenderers would like to apply for multiple Lots please note that you can apply for Lot 1 & Lot 2, or Lot 2 & Lot 3. Tenderers cannot apply for all three Lots, or apply for Lot 1 and Lot 3 only.
two.2) Description
two.2.1) Title
Lot 1 -Electrical works on a dayworks basis <£25k in value
Lot No
1
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 50711000 - Repair and maintenance services of electrical building installations
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
WEST MIDLANDS
two.2.4) Description of the procurement
Contract is to cover general Electrical Services/Works across the University and its Entities.
The Qualification section will be assessed on a pass/fail basis in accordance with the standard qualification questions implemented by PAS91.
The requirements here include:
— The successful Contractor(s) must have a minimum of 5 000 000 GBP Public Liability Insurance
— The successful Contractor(s) must have a minimum of 5 000 000 GBP Employers Indemnity Insurance
— The successful Contractor (Lot 3) must have a minimum of 2 000 000 GBP Professional Indemnity Insurance
— The Tenderer must have a minimum annual turnover of 500 000 GBP (Lot 1), 800 000 GBP (Lot 2), 500 000 GBP (Lot 3).
Additional Qualification elements are as follows:
Lot 1;
— UK Tenderers must hold a current and valid membership to Constructionline.
— The Tenderer must be on site within 1 hour of receiving an emergency call-out request.
— The Tenderer must be hold a current and valid registration with NICEIC (National Inspection Council for Electrical Installation Contracting) (Tenderers outside of the UK must hold equivalent in their respective country).
— The Tenderer must hold current and valid membership to the ECA (Electrical Contractor's Association) (Tenderers outside of the UK must hold equivalent in their respective country).
— The Tenderer must hold an accredited independent third party certificate of compliance with BS OHSAS 18001 / a relevant Safety Schemes in Procurement (SSIP) certificate which includes Construction Contractor, Principal Contractor, and non-Construction as part of the SSIP audit (Tenderers outside of the UK must hold equivalent in their respective country).
Lot 1 covers individual jobs <£25k (inc. VAT) in value. The Lot 1 Contract will be awarded to up to two Contractors on a first and second ranked basis.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2021
End date
31 May 2026
This contract is subject to renewal
Yes
Description of renewals
Contract will be re-procured in line with expiry.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As per PQQ documentation.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
However, in order to allow this Contract to be used for potential Funded projects we are notifying all tenderers that some works might be subject to part funding by, for example, the European Structural and Investment Funds Growth Programme for England (ESIF), European Regional Development Fund. (ERDF) or any other EU Funded Programme, or other Funding Body e.g. Local Enterprise Partnerships (LEP)
two.2) Description
two.2.1) Title
Lot 2-Electrical works on a dayworks basis £25k-£100k in value
Lot No
2
two.2.2) Additional CPV code(s)
- 45310000 - Electrical installation work
- 45311000 - Electrical wiring and fitting work
- 50711000 - Repair and maintenance services of electrical building installations
- 71314100 - Electrical services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
WEST MIDLANDS
two.2.4) Description of the procurement
Contract is to cover general Electrical Services/Works across the University and its Entities.
The Qualification section will be assessed on a pass/fail basis in accordance with the standard qualification questions implemented by PAS91.
The requirements here include:
— The successful Contractor(s) must have a minimum of 5 000 000 GBP Public Liability Insurance
— The successful Contractor(s) must have a minimum of 5 000 000 GBP Employers Indemnity Insurance
— The successful Contractor (Lot 3) must have a minimum of 2 000 000 GBP Professional Indemnity Insurance
— The Tenderer must have a minimum annual turnover of 500 000 GBP (Lot 1), 800 000 GBP (Lot 2), 500 000 GBP (Lot 3).
Additional Qualification elements are as follows:
Lot 2;
— UK Tenderers must hold a current and valid membership to Constructionline.
— The Tenderer must be hold a current and valid registration with NICEIC (National Inspection Council for Electrical Installation Contracting) (Tenderers outside of the UK must hold equivalent in their respective country).
— The Tenderer must hold current and valid membership to the ECA (Electrical Contractor's Association) (Tenderers outside of the UK must hold equivalent in their respective country).
— The Tenderer must hold an accredited independent third party certificate of compliance with BS OHSAS 18001 / a relevant Safety Schemes in Procurement (SSIP) certificate which includes Construction Contractor, Principal Contractor, and non-Construction as part of the SSIP audit (Tenderers outside of the UK must hold equivalent in their respective country).
Lot 2 covers individual jobs £25k-100k (inc. VAT) in value. The Lot 2 Contract will be awarded to up to two Contractors on a first and second ranked basis.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2021
End date
31 May 2026
This contract is subject to renewal
Yes
Description of renewals
contract will be re-procured in line with expiry.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As per PQQ documentation.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
However, in order to allow this Contract to be used for potential Funded projects we are notifying all tenderers that some works might be subject to part funding by, for example, the European Structural and Investment Funds Growth Programme for England (ESIF), European Regional Development Fund. (ERDF) or any other EU Funded Programme, or other Funding Body e.g. Local Enterprise Partnerships (LEP)
two.2) Description
two.2.1) Title
Lot 3- Data installation works.
Lot No
3
two.2.2) Additional CPV code(s)
- 32421000 - Network cabling
- 45314320 - Installation of computer cabling
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
Main site or place of performance
WEST MIDLANDS
two.2.4) Description of the procurement
Contract is to cover Data installation works across the University and its Entities.
The Qualification section will be assessed on a pass/fail basis in accordance with the standard qualification questions implemented by PAS91.
The requirements here include:
— The successful Contractor(s) must have a minimum of 5 000 000 GBP Public Liability Insurance
— The successful Contractor(s) must have a minimum of 5 000 000 GBP Employers Indemnity Insurance
— The successful Contractor (Lot 3) must have a minimum of 2 000 000 GBP Professional Indemnity Insurance
— The Tenderer must have a minimum annual turnover of 500 000 GBP (Lot 1), 800 000 GBP (Lot 2), 500 000 GBP (Lot 3).
Additional Qualification elements are as follows:
Lot 3;
— UK Tenderers must hold a current and valid membership to Constructionline.
- The Tenderer must be on site within 1 hour of receiving an emergency call-out request.
- The Tenderer must be an Excel Cabling Partner, or similar recognised equivalent able to offer 25 year warranty.
— The Tenderer must hold an accredited independent third party certificate of compliance with BS OHSAS 18001 / a relevant Safety Schemes in Procurement (SSIP) certificate which includes Construction Contractor, Principal Contractor, and non-Construction as part of the SSIP audit (Tenderers outside of the UK must hold equivalent in their respective country).
Lot 3 covers individual jobs <£25k (inc. VAT) in value. The Lot 1 Contract will be awarded to up to two Contractors on a first and second ranked basis.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2021
End date
31 May 2026
This contract is subject to renewal
Yes
Description of renewals
Contract will be re-procured in line with expiry.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As per PQQ documentation.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
However, in order to allow this Contract to be used for potential Funded projects we are notifying all tenderers that some works might be subject to part funding by, for example, the European Structural and Investment Funds Growth Programme for England (ESIF), European Regional Development Fund. (ERDF) or any other EU Funded Programme, or other Funding Body e.g. Local Enterprise Partnerships (LEP)
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As per PQQ documentation, UK Tenderers must hold a current and valid membership to Constructionline. (Tenderers outside of the UK must hold equivalent in their respective country).
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per ITT documentation.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 March 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
23 March 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4.5
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
University of Wolverhampton
Camp Street
Wolverhampton
Country
United Kingdom