Contract notice

Information

Published

Date of dispatch of this notice: 24/07/2019

Expire date: 23/08/2019

External Reference: 2019-210350

TED Reference: 2019/S 144-354778

Contract notice

[NoticeContract]

[Directive201424]

[Section1]: [Ca]

I.1)

[NameAddressContact]

University College Dublin ( UCD )
IE6517386K
Procurement and Contracts Office
Belfield
Roebuck Offices
IE
[Contactpoint]: Turlough Kieran
[AddressPhone]: +353 7167618
[AddressEmail]: turlough.kieran1@ucd.ie
[Internets]:
[UrlGeneral]: http://www.ucd.ie

I.3)

[InfoTendering]

[AddressObtainDocs]:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=151115&B=ETENDERS_SIMPLE
[AddressFurtherinfo]
[AsContactsAbove]:  
[AddressSendTendersRequest]
[AddressSendTendersRequest]
[AddressToAbove]
I.4)

[CaType]

[MaintypePublicbody]
I.5)

[Mainactivity]

[MainactivEducation]

[Section2]: [Object]

II.1)

[QuantityScopeContract]

II.1.1)

[TitleContract]

Framework Agreement for Mechanical & Electrical Services
[Fileref]:  UCDOPP1027
II.1.2)

[CpvMain]

50700000  - 
II.1.3)

[TypeContract]

[Services]
II.1.4)

[DescrShort]

UCD wishes to set up Single Operator Framework Agreement for the following Lots:-
Lot 1 Mechanical Maintenance & Operational Services – Single Operator Framework
Lot 2 Electrical Maintenance & Operational Services – Single Operator Framework
UCD is issuing this pre-qualification questionnaire inviting expressions of interest as the first stage of a two-stage process. The purpose of the first stage is to obtain information from the applicants to determine their suitability on the basis of financial capacity, technical capability and relevant experience to carry out the contract. Suitable applicants will be shortlisted and it is envisaged that a minimum of the top five scoring, suitably qualified applicants (with a maximum of eight should there be equal scoring) per Lot will be invited to tender for the appointment to the Framework Agreements as described in the attached document.
II.1.5)

[ValueMagnitudeEstimatedTotal]

[ValueExclVat]: 6000000.00  EUR
II.1.6)

[LotsInfo]

[DivisionLots]: [Yes]
[LotsSubmittedFor]  [LotsAll]
II.2)

[Description]

II.2.1)

[TitleContract]

Framework Agreement for Mechanical Maintenance & Operational Services
[LotNumber]:  1
II.2.2)

[CpvAdditional]

31000000  - 
31110000  - 
31120000  - 
31122000  - 
31127000  - 
44000000  - 
50000000  - 
71000000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Dublin
II.2.4)

[DescrProcurement]

Pre-qualification questionnaire for Lot 1 - Mechanical Maintenance & Operational Services.It is envisaged that the following elements of works will be undertaken under this Lot, this list is neither exhaustive nor representative of the order of importance:
• HVAC and water services plant operation and maintenance
• Gas-fired (ranging from 30kW to 6mW) and wood pellet boiler (900kW) operation and maintenance
• Provision of all consumables, such as AHU filters, belts and boiler probes etc. and replacement plant items, such as pumps, air receivers and burners etc.
• Co-ordination of works on campus
• Planned preventive maintenance
• Reactive maintenance
• Emergency call-outs and emergency maintenance
• Rectification of defects and carrying out of repairs
• Weekly and monthly reporting to UCD Technical Services
• Site permit and induction system for specialist contractors
• Provide attendance during competent person examinations (statutory inspections) including the preparation of systems for such inspection
• Provide attendance to identify the services within the buildings for new projects and also at handover / validation stage of new buildings & project works on campus
• Condition surveys and the preparation of a forward maintenance plan and its annual update
• Production of a complete asset register list detailing all plant items, make, model, sizes, duties, location and area’s served
• Statutory examinations and competent person duties
• Identification of the maintenance needs, planning, controlling and managing the maintenance regime in compliance with best industry practice and statutory requirements This includes the provision of all necessary technical, management and professional expertise, functions (such as competent persons, authorised persons and responsible persons for the management of risk of Legionnaires’ disease, water hygiene management) and procedures to form a complete operation and maintenance regime
• Comprehensive Annual Report detailing works done, fully completed certificates and test sheets at the end of each year’s contract
• PPM and reactive maintenance of specialised equipment including
o Laboratory fume-cupboards
o Laboratory and boiler house gas alarm systems
o Laboratory ventilation system heat recovery extract filters
o Water treatment and filtration systems
o Lake water circulation systems and ornamental fountains
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 4000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedMin]: 5  /  [MaxNumber]: 8
[CriteriaChoosingLimited]:
Refer to attached document
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [Yes]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Please refer to attached document
II.2)

[Description]

II.2.1)

[TitleContract]

Framework Agreement for Electrical Maintenance & Operational Services
[LotNumber]:  2
II.2.2)

[CpvAdditional]

31000000  - 
31110000  - 
31120000  - 
31122000  - 
31127000  - 
44000000  - 
50000000  - 
71000000  - 
II.2.3)

[PlacePerformance]

[MainsiteplaceWorksDelivery]:  
Dublin
II.2.4)

[DescrProcurement]

Pre-qualification questionnaire for Lot 2 - Electrical Maintenance & Operational Services. It is envisaged that the following elements of works will be undertaken under this Lot, this list is neither exhaustive nor representative of the order of importance:
• Co-Ordination of works on campus
• Provision of spare parts and consumables
• All Low Voltage (LV) Planned preventive maintenance
• (Estate Services) ELV (Extra Low Voltage) copper cable and related fibre optic campus infrastructure maintenance, adds, moves and changes. The maintenance and support services related CAT5&6 cable infrastructure and related ITC fibre optic cabling infrastructure is not included in this tender competition
• Reactive maintenance
• Emergency callouts and emergency maintenance
• Rectification of defects and carrying out of repairs
• Monthly reporting to the UCD Estate Services
• Site permit and induction system for specialist contractors
• Provide attendance during competent person examinations (statutory inspections) including the preparation of systems for such inspection
• Provide attendance to identify the services within the buildings for new projects and also at handover / validation stage of new buildings & project works
• Condition surveys and the preparation of a forward maintenance plan and its annual update
• Production of a complete asset register list detailing all relevant plant items, make, model, sizes, duties, location and areas served
• Statutory examinations and competent person duties
• Identification of the maintenance needs, planning, controlling and managing the maintenance regime in compliance with best industry practice and statutory requirements This includes the provision of all necessary technical, management and professional expertise, functions and procedures to form a complete operation and maintenance regime
• Comprehensive Annual Report detailing works done, fully completed certificates and test sheets at the end of each year’s contract
• Low and extra low voltage related maintenance including
o Interface with BMS Controls
o Interface and resetting Environmentally Opening Vents (EOV’s)
• PPM and reactive maintenance of specialised electrical equipment including
o Emergency lighting
o Harmonic filter systems
o PFC systems
II.2.5)

[AwardCriteria]

[AwardCriteriaDescriptive]
II.2.6)

[ValueMagnitudeEstimated]

[ValueExclVat]: 2000000.00  EUR
II.2.7)

[DurationContractFrameworkDps]

[DurationMonths]: 48
[RenewalsSubject]: [No]
II.2.9)

[LimitOperators]

[EnvisagedMin]: 5  /  [MaxNumber]: 8
[CriteriaChoosingLimited]:
Please refer to attached document
II.2.10)

[VariantsInfo]

[VariantsAccepted]: [Yes]
II.2.11)

[OptionsInfo]

[Options]: [No]
II.2.13)

[EuProgrInfo]

[EuProgrRelated]: [No]
II.2.14)

[InfoAdditional]

Please refer to attached document.

[Section3]: [InfoLegal]

III.1)

[ConditionsParticip]

III.1.1)

[SituationPersonalIncl]

[InfoEvaluatingRequir]:  Please refer to attached document
III.1.2)

[EconomicFinancialStanding]

[CriteriaSelectionDocs]
III.1.3)

[TechnicalCapacity]

[CriteriaSelectionDocs]
III.2)

[ConditionsContract]

III.2.2)

[OtherConditions]

Please refer to attached document
III.2.3)

[StaffResponsible]

[StaffResponsibleIndicate]

[Section4]: [Procedure]

IV.1)

[Description]

IV.1.1)

[TypeProcedure]

[ProctypeRestricted]
IV.1.3)

[FrameworkContractDpsInfo]

[NoticeInvolvesFramework]
[FrameworkSingle]
IV.1.8)

[GpaInfo]

[GpaCovered] : [No]
IV.2)

[InfoAdmin]

IV.2.2)

[LimitReceiptTendersReqPart]

[Date]:  23/08/2019
[Time]:  12:00
IV.2.3)

[DateDispatchTenderParticipate]

[Date]: 09/09/2019
IV.2.4)

[LanguagesAllowed]

[Language_EN]
IV.2.6)

[MinTimeMaintain]

[DateTenderValid]:  10/02/2020

[Section6]: [InfoComplement]

VI.1)

[RecurrenceInfo]

[RecurrentProcurement]:  [No]
VI.2)

[InfoEworkflow]

[EpaymentUsed]
VI.3)

[InfoAdditional]

Please refer to attached document
VI.4)

[AppealsProcedure]

VI.4.1)

[AppealsBody]

Courts Service
Dublin
D1
IE