Section one: Contracting authority
one.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
Contact
Huw Price
Telephone
+44 2920879648
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
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
Planned, Preventative Maintenance (PPM), Reactive Maintenance (RM) and Operational Maintenance of the High Voltage Private Networks
Reference number
CU.1100.GHP
two.1.2) Main CPV code
- 50532200 - Repair and maintenance services of transformers
two.1.3) Type of contract
Services
two.1.4) Short description
Planned, Preventative Maintenance (PPM), Reactive Maintenance (RM) and Operational Maintenance of the High Voltage Private Networks at Cardiff University.
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)
- 50532200 - Repair and maintenance services of transformers
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
Across Cardiff University's Estate
two.2.4) Description of the procurement
Planned, Preventative and Maintenance (PPM), Reactive Maintenance (RM) and Operational Maintenance of the High Voltage Private Networks at Cardiff University.
Cardiff University has an extensive Private High Voltage (HV) network across its campus. The successful bidder will undertake all works associated with the operations on the Consumers HV system, including changes to the feeding arrangement; maintenance; repair and connection of any extension to the Customer’s HV System in addition to the HV system.
This will include the provision and maintenance of a up to date and fully current mimic representation of current private HV Network reflecting supply maximum capacities, transformer tapping settings, protective devices as incumbent to network / switches, protective device settings, maximum demand (measured) as connected, network configuration representing present positions of switching arrangements and Earthing configurations of the network. Including isolations as may be existing, any suspension of operations / operating restrictions, limitations of access, etc.
The successful Bidder will be responsible for collation and up to date registration / accuracy of records (In the form of an asset condition survey) contained within Cardiff University’s Electrical Distribution Operating Record (EDOR) as retained within the Electrical Safety Documents Register.
The contracted service will also provide for all Planned Preventative Maintenance (PPM) (to BESA SFG 20 and applicable Welsh Health Technical Memorandum (WHTM’s) and / or Original Equipment Manufacturers O&M requirements (whichever are the most onerous)).
The contract will be for an initial 3 year period with an option to extend for up to an additional 24 months.
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 October 2023
End date
30 September 2026
This contract is subject to renewal
Yes
Description of renewals
The contract will be for an initial 3 year period with an option to extend for up to an additional 24 months.
two.2.10) Information about variants
Variants will be accepted: Yes
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
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 stated in the Invitation to Tender (ITT) documents.
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 stated in the Invitation to Tender (ITT) documents.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
31 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
Welsh, 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
31 May 2023
Local time
12:00pm
Place
Procurement Services at Cardiff University (remote opening).
Information about authorised persons and opening procedure
Authorised Cardiff University officers.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
All tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.
The University reserves the right to award the contract in whole or part.
The University reserves the right to annul the tendering process and not award any contract.
All documents to be priced in GBP and all payments made in GBP.
All documents to be priced in GBP excluding VAT.
Joint and several liability.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
As stated in the Invitation to Tender (ITT) documents.
(WA Ref:127307)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Cardiff University will incorporate a standstill period at the point information on the award of the contract is communicated to bidders.
That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful bidders to
clarify or query the award decision before the contract is entered into. The UK Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).