By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

148/MR Sanitisation of Air Handling Units.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

University of Sheffield
Floor 5, The Arts Tower, Western Bank
Contact point(s): https:in-tendhost.co.uk/sheffield/
For the attention of: Mark Richards
S10 2TN Sheffield
UNITED KINGDOM
Telephone: +44 1142224204
E-mail:

Internet address(es):

General address of the contracting authority: www.sheffield.ac.uk

Address of the buyer profile: https://in-tendhost.co.uk/sheffield/

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 authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The 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:
148/MR Sanitisation of Air Handling Units.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: University of Sheffield premises.

NUTS code UKE32

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Tender Opportunity 148/MR Sanitisation of Air Handling Units - PQQ
All organisations with relevant experience are invited to tender.

This is a restricted EU procurement procedure. The PQQ can only be downloaded by registering and expressing your interest on the University's e-tendering system https://in-tendhost.co.uk/Sheffield.

Completed tenders must be returned through the same e-tendering system.

If you have any questions or comments in relation to this tender they must be submitted via the Intend System, this can be accessed at https://in-tendhost.co.uk/Sheffield

The closing date for return of tenders is 28.2.2014 at 12:00 Noon (UK time)
II.1.6)Common procurement vocabulary (CPV)

42123400, 50000000, 90900000, 42512000, 45331000, 90910000, 39717000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
as per tender documentation.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (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 per tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
as per tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
joint and several liability.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: as per tender documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: as per tender documents.
Minimum level(s) of standards possibly required: as per tender documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
as per tender documents.
Minimum level(s) of standards possibly required:
as per tender documents
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal 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 procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 6: and maximum number 10
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
148/MR
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.2.2014 - 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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The 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
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 day standstill period at the point information on the award of contract is communicated to tenders. This period allows unsuccessful tenders seek a further debriefing before the contract is entered into. If an appeal regarding the award of contract cannot be resolved, the Public Contracts regulations 2006 (as amended) provide for aggrieved parties to take action in the High Court (England, Wales and Northern Ireland). Any such action should be brought promptly (generally within 3 months).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
22.1.2014