Section one: Contracting authority
one.1) Name and addresses
Southampton City Council
Southampton
SO14 7LY
tendermanagement@southampton.gov.uk
Country
United Kingdom
NUTS code
UKJ32 - Southampton
Internet address(es)
Main address
https://www.southampton.gov.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://supplierlive.proactisp2p.com/Account/Login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://supplierlive.proactisp2p.com/Account/Login
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Mechanical Services Replacement (The Polygon School, Southampton)
Reference number
REQ/1000053
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
This bidding opportunity is for installing new and replacement plant room equipment (inc. boilers, calorifier & associated controls), heating services installations, and hot and cold water services; all as more specifically described within the provided suite of bidding documents. The works are required to be undertaken in two phases, a year apart; Phase 1 commencing in July 2022 and Phase 2 commencing in July 2023.
two.1.5) Estimated total value
Value excluding VAT: £275,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50712000 - Repair and maintenance services of mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
two.2.4) Description of the procurement
This bidding opportunity is for installing new and replacement plant room equipment (inc. boilers, calorifier & associated controls), heating services installations, and hot and cold water services; all as more specifically described within the provided suite of bidding documents. The works are required to be undertaken in two phases, a year apart; Phase 1 commencing in July 2022 and Phase 2 commencing in July 2023.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £275,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
3
This contract is subject to renewal
No
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
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
4 May 2022
Local time
12:00pm
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)
four.2.7) Conditions for opening of tenders
Date
4 May 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of Justice of England and Wales
London
EC4A 1NL
Telephone
+44 2079477156
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom