Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF YORK
Heslington
YORK
YO105DD
Contact
Rob Allan
Telephone
+44 1904328214
Country
United Kingdom
Region code
UKE21 - York
UK Register of Learning Providers (UKPRN number)
10007167
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/york/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/york/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/york/aspx/Home
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://in-tendhost.co.uk/york/aspx/Home
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
Tender for the Provision of Electrical Works
Reference number
UY PROC 1114
two.1.2) Main CPV code
- 45310000 - Electrical installation work
two.1.3) Type of contract
Works
two.1.4) Short description
The University of York (the "University") is inviting tenders to establish a Framework Agreement (the
"Framework") for the provision of electrical repair, maintenance, and installation works and services, at buildings
and facilities located on the University of York campus. Details of the size and scale of the University's campus
can be found at: https://www.york.ac.uk/about/campus
two.1.5) Estimated total value
Value excluding VAT: £6,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45311000 - Electrical wiring and fitting work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45317000 - Other electrical installation work
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
- 50711000 - Repair and maintenance services of electrical building installations
- 51100000 - Installation services of electrical and mechanical equipment
two.2.3) Place of performance
NUTS codes
- UKE21 - York
Main site or place of performance
Works and services are to be delivered to University of York buildings located within York, and specifically within York University's Campus East and Campus West locations.
two.2.4) Description of the procurement
Establishment of a Framework Agreement (the "Framework") for the provision of electrical minor works and
services to supplement the University's estates operations and development teams. The Framework shall cover electrical works, electrical system repairs and installation works carried out on the fabric of buildings at the University of York
Heslington Campus. The University is looking for suitably qualified and experienced operatives to carry out
the electrical services and works. Ability to work safely within buildings known to contain asbestos shall be
a requirement of this Framework. Details of requirements are found within the procurement documents. The
main user of the concluded Framework agreement will be the University of York Department of Technology, Estates and Facilities department, and in particular the Electrical Operations team, Project Development, and the University's Building
Maintenance team. Details of the University's estates department can be found at the following link: https://
www.york.ac.uk/about/departments/support-and-admin/estates-and-campus-services/about/
Please note that the Framework agreement shall have 5 appointed contractors and shall
commence on the 1st January 2025. Contracts shall be awarded in accordance with the process set out within
the procurement documents.
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: £6,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
A procurement to renew this Framework shall take place over the summer 2028.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 8
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
Shall be the criteria published within the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Framework shall be awarded for an initial term of two years, with the option to extend the Framework by a maximum of two final years. The Framework shall therefore run for a maximum of four years in total. Framework members shall fix costs for the initial two year Framework term.
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
Shall be the conditions published within 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
Shall be the conditions published within 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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
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
6 September 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
20 September 2024
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)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Summer 2028
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
Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
University of York
Hesington
York
YO10 5DD
Telephone
+44 1904320000
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom