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
University of York - CHP (Combined Heat and Power) Operation, Maintenance and Repair Services
Reference number
UY PROC 795
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The University of York ("the University") is pleased to invite tenders for the provision of Combined Heat and Power (CHP) Operation, Maintenance and Repairs Services in connection with the operation of its three CHP generators and associated equipment.
The invitation to tender (ITT) pack published via the portal contains further details of the requirements and can be found here: https://in-tendhost.co.uk/york/aspx/Home
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 42110000 - Turbines and motors
- 42120000 - Pumps and compressors
- 42130000 - Taps, cocks, valves and similar appliances
- 42160000 - Boiler installations
- 45259000 - Repair and maintenance of plant
- 45310000 - Electrical installation work
- 45350000 - Mechanical installations
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKE21 - York
Main site or place of performance
The CHP units are located within two energy centre buildings at the University of York Campus, Heslington, York.
two.2.4) Description of the procurement
The University is looking to appoint a single Contractor to operate, maintain and repair the three (3) CHPs the University operates on campus.
The Contractor shall be aware that this will not be a standard maintenance contract, and the successful contractor shall be required to maintain the University's MWM (www.mwm.net) CHP's.
This contract is to provide fully comprehensive operational and planned preventative maintenance (PPM) services, together with emergency call out cover for the University's three CHP units located at the Energy Centres at the Heslington, York campuses.
The Contractor will also have to suitably resource all planned works/projects to ensure that the planned works delivery will have no detrimental effect on the maintenance/service side of the contract.
The contract will be let for an initial period of three (3) years with an option to extend for an additional two (2) years subject to meeting the Contract and KPI requirements, and then a final extension period of a further two (2) years meaning a maximum contract duration of seven (7) years. The decision to extend the contract shall be at the discretion of the University. If the University intends to extend the contract beyond the initial three (3) year term the University shall serve a written notice upon the Contractor at least six (6) months before the expiry date, the effect of which shall be to extend the Contract by the agreed number of years from the expiry date. If any party does not agree to such an extension then the Contract shall expire on the expiry date.
The successful Contractor must be prepared to use directly employed labour or deliver in partnership with a specialist subcontractor.
The Invitation to Tender (ITT) pack contains full details of the requirements and is available to download from: https://in-tendhost.co.uk/york/aspx/Home
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
36
This contract is subject to renewal
Yes
Description of renewals
The contract will be let for an initial period of three (3) years commencing on the 1st April 2025, with an option to extend for an additional two (2) years subject to meeting the Contract and KPI requirements, and then a final extension period of a further two (2) years meaning a maximum contract duration of seven (7) years. The decision to extend the contract shall be at the discretion of the University. If the University intends to extend the contract beyond the initial three (3) year term the University shall serve a written notice upon the Contractor at least six (6) months before the expiry date, the effect of which shall be to extend the Contract by the agreed number of years from the expiry date. If any party does not agree to such an extension then the Contract shall expire on the expiry date
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Bids are invited for cost Option 1 and Option 2.
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
Please refer to the invitation to tender 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
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
24 January 2025
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 January 2025
Local time
12:01pm
Place
To be opened electronically via the In-Tend Portal.
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
Strand
London
WC2A2LL
Telephone
+44 2079476000
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
University of York
Heslington Hall, Heslington
York
YO86NU
Telephone
+44 01904328214
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
WC2A2LL
Telephone
+44 0279476000
Country
United Kingdom