Opportunity

Minor Works Dynamic Purchasing System

  • Aberystwyth University

F02: Contract notice

Notice reference: 2022/S 000-023969

Published 26 August 2022, 2:00pm



The closing date and time has been changed to:

23 August 2030, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Aberystwyth University

c/o Finance Department, 12 Science Park, Cefn LLan

Aberystwyth

SY23 3AH

Contact

Francesca Robinson

Email

MWDPS@aber.ac.uk

Telephone

+44 1970628765

Country

United Kingdom

NUTS code

UKL1 - West Wales and the Valleys

Internet address(es)

Main address

www.aber.ac.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA1009

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://etenderwales.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/

one.4) Type of the contracting authority

Other type

University

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Minor Works Dynamic Purchasing System

Reference number

AU/2022/344

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Aberystwyth University, the Lead Authority is inviting applications from suitably qualified and experience suppliers to be appointed under a Minor Works Dynamic Purchasing System (‘MWDPS’) for the provision of minor works and related services to be utilised by Aberystwyth University (AU) Ceredigion County Council, UWTSD Group, Barcud Cyf, Dyfed-Powys Police, and The National Library (the “Partners”)

The University is seeking to appoint a number of contractors that consistently meet the standards required. The contractors will need to be able to provide a range of works to meet the varying requirements the Partners and other organisations.

The DPS will not be divided into defined Lots. Whilst the word Lots has been used in this procurement, this was used in the context of gathering together a number of Categories under one title. Contractors are asked to complete a matrix to provide details of the services that they can undertake. Contractors can apply for as many work categories as they wish and are advised that there are over 70 to choose from. The headline labels are:

General Building

Mechanical Engineering incl. HVAC

Electrical Engineering incl. Security

Groundworks

Multidisciplinary Construction Work

Horticulture / Grounds Maintenance

Some Call Off Competitions may be with Grant Funding. You will be made aware at the time of Call Off if needed.

two.1.5) Estimated total value

Value excluding VAT: £62,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 45111200 - Site preparation and clearance work
  • 45111300 - Dismantling works
  • 45112000 - Excavating and earthmoving work
  • 45112100 - Trench-digging work
  • 45112400 - Excavating work
  • 45112500 - Earthmoving work
  • 45112700 - Landscaping work
  • 45113000 - Siteworks
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45210000 - Building construction work
  • 45211310 - Bathrooms construction work
  • 45212290 - Repair and maintenance work in connection with sports facilities
  • 45212320 - Construction work for buildings relating to artistic performances
  • 45213150 - Office block construction work
  • 45213210 - Cold-storage installations
  • 45213312 - Car park building construction work
  • 45214000 - Construction work for buildings relating to education and research
  • 45214631 - Installation works of cleanrooms
  • 45220000 - Engineering works and construction works
  • 45223200 - Structural works
  • 45223000 - Structures construction work
  • 45223300 - Parking lot construction work
  • 45231221 - Gas supply mains construction work
  • 45231300 - Construction work for water and sewage pipelines
  • 45231400 - Construction work for electricity power lines
  • 45231223 - Gas distribution ancillary work
  • 45232141 - Heating works
  • 45232330 - Erection of aerials
  • 45232440 - Construction work for sewage pipes
  • 45232450 - Drainage construction works
  • 45233000 - Construction, foundation and surface works for highways, roads
  • 45233200 - Various surface works
  • 45233226 - Access road construction work
  • 45233290 - Installation of road signs
  • 45233280 - Erection of road-barriers
  • 45259000 - Repair and maintenance of plant
  • 45259300 - Heating-plant repair and maintenance work
  • 45260000 - Roof works and other special trade construction works
  • 45261410 - Roof insulation work
  • 45261300 - Flashing and guttering work
  • 45261900 - Roof repair and maintenance work
  • 45262000 - Special trade construction works other than roof works
  • 45262100 - Scaffolding work
  • 45262300 - Concrete work
  • 45262690 - Refurbishment of run-down buildings
  • 45262680 - Welding
  • 45262670 - Metalworking
  • 45262660 - Asbestos-removal work
  • 45262640 - Environmental improvement works
  • 45262620 - Supporting walls
  • 45262600 - Miscellaneous special-trade construction work
  • 45262800 - Building extension work
  • 45262700 - Building alteration work
  • 45300000 - Building installation work
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45312000 - Alarm system and antenna installation work
  • 45312100 - Fire-alarm system installation work
  • 45312200 - Burglar-alarm system installation work
  • 45312310 - Lightning-protection works
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45315300 - Electricity supply installations
  • 45324000 - Plasterboard works
  • 45330000 - Plumbing and sanitary works
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331100 - Central-heating installation work
  • 45331110 - Boiler installation work
  • 45331220 - Air-conditioning installation work
  • 45331231 - Installation work of refrigeration equipment
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45343000 - Fire-prevention installation works
  • 45350000 - Mechanical installations
  • 45351000 - Mechanical engineering installation works
  • 45400000 - Building completion work
  • 45410000 - Plastering work
  • 45420000 - Joinery and carpentry installation work
  • 45421143 - Installation work of blinds
  • 45421151 - Installation of fitted kitchens
  • 45421160 - Ironmongery work
  • 45430000 - Floor and wall covering work
  • 45442100 - Painting work
  • 45451000 - Decoration work
  • 45453100 - Refurbishment work
  • 45454000 - Restructuring work
  • 50700000 - Repair and maintenance services of building installations
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 77314000 - Grounds maintenance services
  • 71631430 - Leak-testing services
  • 77211500 - Tree-maintenance services
  • 71632000 - Technical testing services
  • 98395000 - Locksmith services
  • 50413000 - Repair and maintenance services of checking apparatus
  • 50531200 - Gas appliance maintenance services
  • 50230000 - Repair, maintenance and associated services related to roads and other equipment
  • 71421000 - Landscape gardening services
  • 44613700 - Refuse skips
  • 44221000 - Windows, doors and related items

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys
Main site or place of performance

Ceredigion

two.2.4) Description of the procurement

Aberystwyth University, the Lead Authority is inviting applications from suitably qualified and experience suppliers to be appointed under a Minor Works Dynamic Purchasing System (‘MWDPS’) for the provision of minor works and related services to be utilised by Aberystwyth University (AU) Ceredigion County Council, UWTSD Group, Barcud Cyf, Dyfed-Powys Police, and The National Library (the “Partners”)

The University is seeking to appoint a number of contractors that consistently meet the standards required. The contractors will need to be able to provide a range of works to meet the varying requirements the Partners and other organisations.

The DPS will not be divided into defined Lots. Whilst the word Lots has been used in this procurement, this was used in the context of gathering together a number of Categories under one title. Contractors are asked to complete a matrix to provide details of the services that they can undertake. Contractors can apply for as many work categories as they wish and are advised that there are over 70 to choose from. The headline labels are:

General Building

Mechanical Engineering incl. HVAC

Electrical Engineering incl. Security

Groundworks

Multidisciplinary Construction Work

Horticulture / Grounds Maintenance

Some Call Off Competitions may be with Grant Funding. You will be made aware at the time of Call Off if needed

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

4 Years with the option to extend for 2 x 24 month periods (4+2+2)

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

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

The works to be procured under the proposed DPS are likely to be wide and varied, there are over 70 categories on offer.

The DPS in itself not a contract; contracts are only formed when Works are called-off under the DPS. The tender documents issued by the Partners for specific call-offs under this DPS will fully confirm the specific terms and conditions applicable for the execution of the Works.


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 Partners may request an economic operator (Contractor) to provide a certificate from the Registrar of Companies stating that he is certified as incorporated or registered or, where he is not so certified, a certificate stating that the person concerned has declared on oath that he is engaged in the profession in a specific place under a given business name.

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

Contract documents available on PQQ 33312 which can be found at https://etenderwales.bravosolution.co.uk/


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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

Originally published as:

Date

30 September 2022

Local time

12:00pm

Changed to:

Date

23 August 2030

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

17 October 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=124284

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

The Partners will define any requirements in their call-off competition.

(WA Ref:124284)

The buyer considers that this contract is suitable for consortia.

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.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom