Section one: Contracting authority
one.1) Name and addresses
University of Bristol
4th Floor, Augustine's Courtyard, Orchard Lane
Bristol
BS1 5DS
Telephone
+44 01179289000
Country
United Kingdom
Region code
UKK11 - Bristol, City of
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Supply and Installation of Mechanical Locks, Keys and Associated Ironmongery
Reference number
CAM-2306-098-PC_2675
two.1.2) Main CPV code
- 44520000 - Locks, keys and hinges
two.1.3) Type of contract
Supplies
two.1.4) Short description
The University of Bristol requires a Supplier to provide mechanical locks, keys and associated ironmongery supplies and installations on an on-demand/ad hoc basis, as and when required. Additionally and if required, the Supplier shall provide the above as part of a lock sets and keys replacement programme for Capital Projects.
two.1.5) Estimated total value
Value excluding VAT: £791,464
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44521110 - Door locks
two.2.3) Place of performance
NUTS codes
- UKK11 - Bristol, City of
Main site or place of performance
University of Bristol main campus and wider estate
two.2.4) Description of the procurement
The University of Bristol requires a Supplier to provide mechanical locks, keys and associated ironmongery supplies and installations on an on-demand/ad hoc basis, as and when required. Additionally and if required, the Supplier shall provide the above as part of a lock sets and keys replacement programme for Capital Projects.
The scope of requirements consists of these elements:
- Supply only or
- Supply & fit and commission door (e.g. a fire door pre-prepared for locks) or
- Prepare door, supply & fit and commission door
The Supplier will be required to remain up to date with relevant standards and new products coming onto the market and ensure that this is communicated to the University as and when it becomes available. For security reasons, the Supplier will not be permitted to subcontract any part of the Services, therefore the Supplier shall be required to provide all elements in-house, for the full duration of the Contract. The University has a preferred lockset: the Mul-T-Lock Interactive+. Therefore tenderers will need to meet selection criteria that include the requirement to be an Assa Abloy Mul-T lock registered/accredited supplier and installer.
Full details are in the tender documents at the tendering portal.
Interested parties must register their interest on the University's online tender portal https://tenders.bris.ac.uk where you can access, download, review and submit tender documents by the deadline specified in this notice. If you are not already registered on the site, please ensure you complete the registration process. All queries about registration and accessing the advertised opportunity must be directed to the portal provider - Jaggaer.
The University shall have no liability for any costs, expenses, fees or charges (including third party charges) by those expressing interest in and/or pre-qualifying for and/or tendering for this opportunity. No contract (whether implied or otherwise) shall exist between any bidder and the University until such time as a contract is awarded to a successful bidder. The University reserves the right to make any changes to the procurement as it may require at any time with no liability on its part (including to change, suspend, stop or terminate the process and not award a contract and/or to reject any or all bids at any time).
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: £791,464
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The Contract may be renewed for a further 24 months
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 estimated value is for 36 months + the 24 months extension period.
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
Selection criteria as stated in the invitation to tender on the portal.
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
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
7 December 2023
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 December 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Bidders have the right to appeal an award decision within the statutory time limits and any such proceedings must be brought in the High Court of England and Wales.