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

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

University College Dublin ( UCD )
IE6517386K
Procurement and Contracts Office
Belfield
Roebuck Offices
IE
Contact person: Turlough Kieran
Telephone: +353 7167618
Internet address(es):
Main address: http://www.ucd.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=151115&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Framework Agreement for Mechanical & Electrical Services
Reference number:  UCDOPP1027
II.1.2)

Main CPV code

50700000  -  Repair and maintenance services of building installations
II.1.3)

Type of contract

Services
II.1.4)

Short description

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)

Estimated total value

Value excluding VAT: 6000000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Framework Agreement for Mechanical Maintenance & Operational Services
Lot No:  1
II.2.2)

Additional CPV code(s)

31000000  -  Electrical machinery, apparatus, equipment and consumables; lighting
31110000  -  Electric motors
31120000  -  Generators
31122000  -  Generator units
31127000  -  Emergency generator
44000000  -  Construction structures and materials; auxiliary products to construction (except electric apparatus)
50000000  -  Repair and maintenance services
71000000  -  Architectural, construction, engineering and inspection services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

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)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 4000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Refer to attached document
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Please refer to attached document
II.2)

Description

II.2.1)

Title

Framework Agreement for Electrical Maintenance & Operational Services
Lot No:  2
II.2.2)

Additional CPV code(s)

31000000  -  Electrical machinery, apparatus, equipment and consumables; lighting
31110000  -  Electric motors
31120000  -  Generators
31122000  -  Generator units
31127000  -  Emergency generator
44000000  -  Construction structures and materials; auxiliary products to construction (except electric apparatus)
50000000  -  Repair and maintenance services
71000000  -  Architectural, construction, engineering and inspection services
II.2.3)

Place of performance

Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

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)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 2000000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5  /  Maximum number: 8
Objective criteria for choosing the limited number of candidates:
Please refer to attached document
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Please refer to attached document.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Please refer to attached document
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to attached document
III.2.3)

Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  23/08/2019
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 09/09/2019
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  10/02/2020

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic payment will be used
VI.3)

Additional information

Please refer to attached document
VI.4)

Procedures for review

VI.4.1)

Review body

Courts Service
Dublin
D1
IE