Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Anglia Ruskin University
Bishop Hall Lane
Contact point(s): Procurement
CM1 1SQ Chelmsford
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting authority: www.anglia.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/AngliaRuskinUniversity
Electronic access to information: https://in-tendhost.co.uk/AngliaRuskinUniversity
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/AngliaRuskinUniversity
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Planned and Reactive Maintenance of Air-Conditioning and Air Handling Units across Cambridge, Chelmsford and Peterborough Campuses.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
NUTS code UKH
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
NPMA Ltd. is a wholly owned subsidiary of Anglia Ruskin University and looking to appoint a supplier for the provision of Air Conditioning and Air Handling Maintenance programme across the Cambridge, Chelmsford and Peterborough Campuses; and residential and non-residential accommodation in Cambridge only.
The contract will be for an initial 36 months with the option to extend for a further 2 x 12 months subject to satisfactory performance.
II.1.6)Common procurement vocabulary (CPV)50000000, 42512300, 42512200
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
NPMA Ltd. is a wholly owned subsidiary of Anglia Ruskin University and looking to appoint a supplier for the provision of Air-Conditioning and Air Handling Maintenance programme across the Cambridge, Chelmsford and Peterborough Campuses; and residential and non-residential accommodation in Cambridge only.
The contract requires the contractor to conduct a thorough maintenance, inspection survey, and safety check of the Universities installed Air-Conditioning and Air Handling plant to ensure, as far as is reasonably practicable, that the University complies with its responsibility as a Landlord. The checks must be carried out by a registered installer, and cover the correct operation of each appliance, including safety devices. All in accordance with the Approved Codes of Practice (ACOPs) legal status, and Ozone Depletion Regulations.
The contract will be for an initial 36 months with the option to extend for a further 2 x 12 months subject to satisfactory performance.
Estimated value excluding VAT: 280 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: Option to extend for a further 2 x 12 months subject to satisfactory performance.
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As detailed in the PQQ documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in the PQQ documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As detailed in the PQQ documentation.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in PQQ documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in PQQ documentation.
Minimum level(s) of standards possibly required: As detailed in PQQ documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in PQQ documentation.
Minimum level(s) of standards possibly required:
As detailed in PQQ documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision:
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 8
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: yes
Additional information about electronic auction:
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
T15/10
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 11.5.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate11.5.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:11.4.2016