Tender

21-03 Electrical & Data Installation Services (Dayworks)

  • University of Wolverhampton

F02: Contract notice

Notice identifier: 2021/S 000-002211

Procurement identifier (OCID): ocds-h6vhtk-02900a

Published 3 February 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

University of Wolverhampton

MX Building, Camp Street

Wolverhampton

WV1 1AD

Email

procurement@wlv.ac.uk

Telephone

+44 1902321000

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

www.wlv.ac.uk

Buyer's address

www.wlv.bravosolution.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.wlv.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.wlv.bravosolution.co.uk

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

Internet address

www.wlv.ac.uk