Contract notice

Information

Published

Expire date: 01/10/2021

External Reference: 2021-547247

FTS Reference: 2021-021541

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

University of Kent
XN5452
The Registry
Canterbury, Kent
CT2 7NZ
UK
NUTS code:  UKJ4 -  Kent
Internet address(es):
I.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 abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Periodical Inspection and Testing of Electrical Installations
Reference number:  PC21_001
II.1.2)

Main CPV code

71630000  -  Technical inspection and testing services
II.1.3)

Type of contract

Services
II.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.
II.1.5)

Estimated total value

Value excluding VAT: 1100000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.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
II.2.3)

Place of performance

NUTS code:  UKJ4 -  Kent
II.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.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1100000.00  GBP
II.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.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.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
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Conditions as stated in the procurement documents
III.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 IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  01/10/2021
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.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)
IV.2.7)

Conditions for opening of tenders

Date:  01/10/2021
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address: http://www.cedr.com

VI.4.2)

Body responsible for mediation procedures

Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address: http://www.cedr.com

VI.4.4)

Service from which information about the review procedure may be obtained

Centre for Effective Dispute Resolution
70 Fleet Street
London
EC2
UK
Telephone: +44 2075366060
Internet address: http://www.cedr.com