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
https://wlv.bravosolution.co.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://wlv.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://wlv.bravosolution.co.uk/
Tenders or requests to participate must be submitted to the above-mentioned address
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://wlv.bravosolution.co.uk/
one.4) Type of the contracting authority
Other type
Education
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Repair and Maintenance of Air Conditioning and Cooling Systems
Reference number
21-03
two.1.2) Main CPV code
- 50730000 - Repair and maintenance services of cooler groups
two.1.3) Type of contract
Services
two.1.4) Short description
The Contract is to cover the repair and maintenance of all air conditioning, cooling
and refrigeration plant throughout the University Estate as described within the
Specification. From time to time there may be a requirement for upgrading existing
systems or the installation of new plant and equipment. All new systems must be
backwards compatible.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42512000 - Air-conditioning installations
- 45259000 - Repair and maintenance of plant
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
The University of Wolverhampton (including any entity which from time to time is a subsidiary of the University of Wolverhampton and any entity over which from time to time any of the entities defined in this paragraph either directly or indirectly exercises management or financial control, even though it may own less than (50%) of the shares and is prevented by law from owning a greater shareholding) wishes to enter into a contract (the “Contract”) with a Contractor (the ‘Contractor’) to provide the repair and maintenance of Air Conditioning and Cooling Systems to the University and its Entities. The University is seeking an agreement via Competitive Tenders (“Tenders”) from suitably qualified organisations (“Tenderers”) in response to this Invitation to Tender (“ITT”) for the provision of the aforementioned Services.
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 (2014-2020) or any other European Union Funded Programme, or other Funding Body.
The opportunity will also be available for use by other Public Bodies in Wolverhampton and Partner Authorities in the West Midlands Combined Authority.
The Contract is to cover the repair and maintenance of all air conditioning, cooling and refrigeration plant throughout the University Estate as described within the Specification. From time to time there may be a requirement for upgrading existing systems and equipment. All new systems must be backwards compatible.
The term of the Contract shall be for a period of three (3) years commencing on 1st October 2021 with an optional extension for up to two further 12-month periods. The maximum Contract duration is therefore five (5) years.
This requirement is not split into Lots. The need to coordinate the different contractors for the lots could risk undermining the proper execution of the contract.
The Qualification Assessment is scored on a Pass/Fail basis in accordance with the standard qualification questions implemented by the Crown Commercial Services (CCS)/Cabinet Office and as detailed in the Scoring Methodology (Appendix 1).
The requirements here include:
• The Tenderer must have a minimum annual turnover of £1.2M
• The Tenderer must have a Credit Safe Score of ≥30
• The Successful Contractor must have £5m Public Liability Insurance
• The Successful Contractor must have £5m Employer’s Liability Insurance
• The Tenderer must be F-Gas Registered
• The Tenderer must be Refcom Elite registered.
• The Tenderer must be an SFG20 member.
• The Tenderer must be a Mitsubishi Electric Approved installer.
• The Tenderer must hold an accredited independent third party certificate of compliance with BS OHSAS 18001 / a relevant Safety Schemes in Procurement (SSIP) certificate
• The Tenderer must be a member of the Institute of Refrigeration (or EU Equivalent body)
• The Tenderer must hold ISO 14001
• The Tenderer must hold ISO 9001
• The Tenderer must be able to arrive on site within 1 hour of receiving an emergency call-out request
• All Engineers must have minimum NVQ Level 2 (or equivalent) and 3 years post-qualification experience
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 2021
End date
30 September 2026
This contract is subject to renewal
Yes
Description of renewals
Contract will be re-procured in line with expiry.
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
The Qualification Assessment is scored on a Pass/Fail basis in accordance with the standard qualification questions implemented by the Crown Commercial Services (CCS)/Cabinet Office and as detailed in the Scoring Methodology (Appendix 1).
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
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
15 July 2021
Local time
10:00am
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
15 July 2021
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
University of Wolverhampton
Wolverhampton
Country
United Kingdom