Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Newcastle University
King's Gate
Contact point(s): www.ncl-tenders.co.uk
For the attention of: Neil Addison
NE1 7RU Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912227472
E-mail:
Fax: +44 1912228845
Internet address(es):
General address of the contracting authority: www.ncl.ac.uk
Address of the buyer profile: www.ncl-tenders.co.uk/suppliers
Electronic access to information: www.ncl-tenders.co.uk/suppliers
Electronic submission of tenders and requests to participate: www.ncl-tenders.co.uk/suppliers
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:(NU/0886) The Supply and Installation of a Student Accommodation Door Access System.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKC22
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)A central access control system to manage the university accommodation across campus.
The project will be spilt into three phases:
Phase one: The tendering and implementation of the new system for 350 bedrooms for the Castle Leazes Halls of Residence and set up the integration with Kinetics.
Depending on the success of this implementation, the solution will then be used for all future university accommodation developments and refurbishments in the next two phases.
Phase two: The implementation of the selected system for the remaining approximately 750 bed spaces at Castle Leazes.
Phase three: The implementation of the selected system for all future refurbishments and new developments.
II.1.6)Common procurement vocabulary (CPV) 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:Phase 1 is to install the system in 350 bedrooms. Phase 2 is optional and is to implement the system in apporximately 750 bedrooms.
Phase 3 is optional and is to implement the system in other residences across the University.
Estimated value excluding VAT: 500 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: Phase 2 is optional and is to implement the system in apporximately 750 bedrooms. This option may be taken up on completion of a successful implementation of Phase 1.
Phase 3 is optional and is to implement the system in other residences across the University.
Provisional timetable for recourse to these options:
in months: 6 (from the award of the contract)
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: 48 (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:A parent company guarantee may be required depending on the status of the economic operator.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:As detailed in the Invitation to Tender document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:Joint and severall liability.
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 the prequalification questionnaire.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the prequalification questionnaire.
Minimum level(s) of standards possibly required: As detailed in the prequalification questionnaire.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in the prequalification questionnaire.
Minimum level(s) of standards possibly required:
As detailed in the prequalification questionnaire.
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: no
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 number of operators: 5
Objective criteria for choosing the limited number of candidates: The criteria as detailed and weighted in the prequalification questionaire.
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: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:NU/0886
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: 27.2.2014 - 14:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate3.3.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates17.3.2014
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 tendersDate: 3.3.2014 - 14:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
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 informationAccess to the prequalification questionnaire can be obtained as detailed in the Contact Points in Section I.1 above.
The proposed solution must be capable of integrating with the master university accommodation data system Kinetics.
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:23.1.2014