Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Prifysgol Bangor / Bangor University
Finance Office, Cae Derwen, College Road
Bangor
LL57 2DG
UK
Contact person: Nicola Day
Telephone: +44 1248388675
E-mail: n.h.day@bangor.ac.uk
NUTS: UKL12
Internet address(es)
Main address: http://www.bangor.ac.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0340
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
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://etenderwales.bravosolution.co.uk/home.html
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
Measured Term Contract for General Building Maintenance Services and Small Works
II.1.2) Main CPV code
50710000
II.1.3) Type of contract
Services
II.1.4) Short description
The University intends to enter into a Measured Term Contract (MTC) with a single contractor to provide General Building Maintenance Services and Small Works including: reactive maintenance, planned preventative maintenance (upgrades and replacement cycling), an out of hours call out service, and minor projects work up to a single order value of 250k GBP.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50700000
45300000
45400000
45450000
II.2.3) Place of performance
NUTS code:
UKL12
Main site or place of performance:
Services will be predominantly required at Bangor (Gwynedd), Menai Bridge (Anglesey) and Wrexham.
II.2.4) Description of the procurement
It is anticipated that there will be a regular flow of maintenance and small project works within the contract period. Further details are provided within the tender documents.
The University will use the JCT Measured Term Contract Form of Contract and the Carillion Schedule of Rates as a basis of this contract.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.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 allow for an additional 2 x 1 year renewals on the original 3 year contract duration (i.e. 3+1+1).
II.2.9) Information about the limits on the number of candidates to be invited
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.1.2) 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.2.3) 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 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:
14/05/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
30/07/2021
IV.2.7) Conditions for opening of tenders
Date:
14/05/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Future contract notices will be published approximately 4 months before expiry of contract.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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=109453
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Bangor University is committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, while the following Community Benefits objectives will not be evaluated as part of the tender process, the successful contractor will be expected to present a Community Benefit Proposal with their tender detailing how, in the event that they should be successful in winning the contract, they will address the following Community Benefit themes:
- provision of apprenticeship schemes;
- other work-related training schemes, including training the existing workforce and/or the workforce of the University, Toolbox talks, Continuing Professional Development Workshops;
- work experience opportunities for undergraduates.
- contribution to community schemes.
If successful the winning bidder will discuss the content of their Community Benefit Proposal and agree a plan for the delivery of the agreed Community Benefits which will become a condition of contract.
(WA Ref:109453)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
12/04/2021