Tender

Periodical Inspection and Testing of Electrical Installations

  • University of Kent

F02: Contract notice

Notice identifier: 2021/S 000-021541

Procurement identifier (OCID): ocds-h6vhtk-02db94

Published 1 September 2021, 12:08am



Section one: Contracting authority

one.1) Name and addresses

University of Kent

The Registry

Canterbury, Kent

CT2 7NZ

Email

procurement@kent.ac.uk

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

http://www.cedr.com

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

http://www.cedr.com

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

Internet address

http://www.cedr.com