Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)University of Birmingham
Procurement Division, B Block, Aston Webb, Edgbaston
Contact point(s): http://in-tendhost.co.uk/universityofbirmingham
For the attention of: Karen Manyika
B15 2TT Birmingham
UNITED KINGDOM
Telephone: +44 1214145956
E-mail:
Fax: +44 1214143459
Internet address(es):
General address of the contracting authority: http://www.birmingham.ac.uk/index.aspx
Address of the buyer profile: http://in-tendhost.co.uk/universityofbirmingham/
Electronic access to information: http://in-tendhost.co.uk/universityofbirmingham/
Electronic submission of tenders and requests to participate: http://in-tendhost.co.uk/universityofbirmingham/
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:
Service and Maintenance of Vapour Compression Chillers.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
NUTS code UKG31
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 agreementFramework agreement with a single operator
Duration of the framework agreement
Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: Committment Contract.
II.1.5)Short description of the contract or purchase(s)
Service and maintenance of circa 33 small /medium sized vapour compression chillers located at various sites within the university of Birmingham. The chillers and associated plant serve critical areas including:
a) Medical Research;
b) Scientific Research;
c) Art Galleries;
d) Library - Special Collections;
e) Computer clusters;
f) Lecture Theatres.
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:
Service and maintenance of circa 33 small /medium sized vapour compression chillers located at various sites within the university of Birmingham.
II.2.2)Information about optionsOptions: no
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: 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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment of Invoices will be 30 days from Date of Invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Limited Company, joint and several 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: Tenderers will be required to complete a Pre Qualification Questionnaire.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As requested in the Pre Qualification Questionnaire.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As requested in the Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required:
The University has a policy that requires that where contractors or suppliers operate on its site the contractors/suppliers should be compliant with CHAS (Contractors Health and Safety Scheme www.chas.gov.uk) Safety Standards in Procurement (SSIP) or an equivalent scheme approved by the University.
In line with the European Union F-Gas Regulation, contractors are required to hold a Company Certificate issued by an appointed Company Certification Body.
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
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 yes
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:
FRAM224/15
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: 17.11.2015 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate17.11.2015 - 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 recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published: 2020.
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): This contract may be used by the University to make purchases/provides services on projects that are fully or part-funded by European Union funds or programmes including but not limited to; the European Regional Development Fund (ERDF).
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:12.10.2015