Section one: Contracting authority
one.1) Name and addresses
University of Kent
The Registry
Canterbury, Kent
CT2 7NZ
Country
United Kingdom
NUTS code
UKJ4 - Kent
National registration number
XN5452
Internet address(es)
Main address
https://www.kent.ac.uk/finance/procurement.html
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/97209
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39395&B=UNIVERSITYKENT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39395&B=UNIVERSITYKENT
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
Periodical Inspection and Testing of Electrical Installations
Reference number
PC21_001
two.1.2) Main CPV code
- 71630000 - Technical inspection and testing services
two.1.3) Type of contract
Services
two.1.4) Short description
The University seeks tenders in respect of periodical inspections, testing of electrical installations and for the undertaking of necessary remedial work to ensure installations are safe and compliant with electrical safety standards.
two.1.5) Estimated total value
Value excluding VAT: £1,100,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 31600000 - Electrical equipment and apparatus
- 51100000 - Installation services of electrical and mechanical equipment
- 51200000 - Installation services of equipment for measuring, checking, testing and navigating
- 71630000 - Technical inspection and testing services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
The University seeks tenders in respect of periodical inspections, testing of electrical installations and for the undertaking of necessary remedial work to ensure installations are safe and compliant with electrical safety standards.
Tenderers will need to demonstrate that they have the requisite skills, infrastructure, resources and procedures to perform to the required standards, supported by robust management and quality control processes.
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: £1,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
The Contract with the successful Contractor will be for an initial period of five (5) years, with extension(s) for up to an additional five (5) years at University of Kent’s sole discretion, giving a total potential maximum term of ten (10) years.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Conditions as stated in the procurement 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
Conditions as stated in the procurement 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
1 October 2021
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: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 October 2021
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
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
Telephone
+44 2075366060
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
Telephone
+44 2075366060
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
Telephone
+44 2075366060
Country
United Kingdom