Tender

3272JR - Refrigeration Equipment Maintenance

  • The University of Sheffield

F02: Contract notice

Notice identifier: 2022/S 000-007924

Procurement identifier (OCID): ocds-h6vhtk-03258e

Published 23 March 2022, 4:37pm



Section one: Contracting authority

one.1) Name and addresses

The University of Sheffield

Firth Court, Western Bank

Sheffield

S10 2TN

Email

James.Rainbow@sheffield.ac.uk

Country

United Kingdom

NUTS code

UKE32 - Sheffield

Internet address(es)

Main address

https://www.sheffield.ac.uk

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.in-tendhost.co.uk/sheffield/aspx/Home

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

3272JR - Refrigeration Equipment Maintenance

Reference number

3272JR

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42510000 - Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
  • 42530000 - Parts of refrigerating and freezing equipment and heat pumps
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 51100000 - Installation services of electrical and mechanical equipment

two.2.3) Place of performance

NUTS codes
  • UKE3 - South Yorkshire
Main site or place of performance

The University of Sheffield's estate

two.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.

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

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.

two.2.10) Information about variants

Variants will be accepted: No

two.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).


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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

25 April 2022

Local time

11:59am

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

25 April 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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

The University of Sheffield

Sheffield

S10 2TN

Country

United Kingdom