Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

HEPCW Kitchen Equipment Maintenance

  • First published: 30 March 2015
  • Last modified: 30 March 2015

Contents

Summary

OCID:
ocds-kuma6s-025088
Published by:
Cardiff University
Authority ID:
AA0258
Publication date:
30 March 2015
Deadline date:
22 May 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Service contract for Preventative and Reactive Maintenance of Refrigerated and General Catering Equipment to all HEPCW (Higher Education Purchasing Consortium Wales) members. The initial contract period will be for 2 years from 01.08.15 with an option to extend for a further 2 x 12 month periods subject to satisfactory performance and pricing. Suppliers should register their expressions of interest by registering on the following website: https://in-tendhost.co.uk/cardiffuniversity/aspx/Home CPV: 50883000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Cardiff University

Southgate House, PO BOX 533

Cardiff

CF14 3XZ

UK

Purchasing Manager Campus Facilities

Joanne Davies

+44 2920874981

DaviesJ97@cardiff.ac.uk


www.cardiff.ac.uk/purch/

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0258

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

HEPCW Kitchen Equipment Maintenance

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

1

II.1.2)

Main site or location of works, place of delivery or performance

Various Welsh Universities



UKL

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

5

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

400000.00GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Service contract for Preventative and Reactive Maintenance of Refrigerated and General Catering Equipment to all HEPCW (Higher Education Purchasing Consortium Wales) members.

The initial contract period will be for 2 years from 01.08.15 with an option to extend for a further 2 x 12 month periods subject to satisfactory performance and pricing.

Suppliers should register their expressions of interest by registering on the following website:

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=25088.

II.1.6)

Common Procurement Vocabulary (CPV)

50883000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Preventative and Reactive Maintenance of Refrigerated and General Catering Equipment.

To ensure that each of the HEPCW Organisations can expect acceptable coverage and capability in their geographical location, the tender will be divided into 6 ‘lots’ as follows:

Lot 1 South East Wales 1 - Refrigeration

Cardiff University

Cardiff Metropolitan*

Lot 2 South East Wales 1 - General Kitchen Equipment (Gas & Electric)

Cardiff University

Cardiff Metropolitan

Lot 3 South East Wales 2 - Refrigeration

University of South Wales

Lot 4 South East Wales 2 - General Kitchen Equipment (Gas & Electric)

University of South Wales

Lot 5 South West Wales - Refrigeration

Swansea University

University of Wales Trinity Saint David

Lot 6 South West Wales - General Kitchen Equipment (Gas & Electric)

Swansea University

University of Wales Trinity Saint David

*NB: Please note Cardiff Metropolitan, may not participate in Lot 1, this will be confirmed following contract award.

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

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 Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(5) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(6) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.

(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.




III.2.3)

Technical capacity


(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;

(2) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.

(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.

(4) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

Yes

The Contractor(s) shall be registered (and maintain that registration for the duration of the Contract) with the following organisations in order to safely and adequately perform the tasks under this Contract:

a. Gas Safe

b. IEE

c. NIC EIC

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


No

Yes
Tender Compliance 5
Vendor Appraisal & Contract Management 50
Price 45

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

HEPCW-KEM-JD02-15

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 08-05-2015

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 22-05-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 22-05-2015  12:00
Cardiff University

Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

(WA Ref:25088)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Cardiff University - Purchasing Section

McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

UK

DaviesJ97@cardiff.ac.uk

+44 2920874981


Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 30-03-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Cardiff University

Southgate House, Po Box 533

Cardiff

CF14 3XZ

UK

Purchasing Manager Campus Facilities

Joanne Davies

+44 2920874981

DaviesJ97@cardiff.ac.uk

www.cardiff.ac.uk/purch/

II)

Address and contact points from which specifications and additional documentation may be obtained



Cardiff University

Southgate House, Po Box 533

Cardiff

CF14 3UX

UK

Purchasing Manager Campus Facilities

Joanne Davies

+44 2920874981

DaviesJ97@cardiff.ac.uk

www.cardiff.ac.uk/purch/

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Cardiff University

Southgate House, Po Box 533

Cardiff

CF14 3XZ

UK

Purchasing Manager Campus Facilities

Joanne Davies

+44 2920874981

DaviesJ97@cardiff.ac.uk

www.cardiff.ac.uk/purch/

ANNEX B

Information About Lots

1     South East Wales 1 - Refrigeration

1)

Short Description

Cardiff University

Cardiff Metropolitan*

2)

Common Procurement Vocabulary (CPV)

50883000

3)

Quantity or scope

See tender documents


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     South East Wales 1 - General Kitchen Equipment (Gas & Electric)

1)

Short Description

Cardiff University

Cardiff Metropolitan

2)

Common Procurement Vocabulary (CPV)

50883000

3)

Quantity or scope

See tender documents


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     South East Wales 2 - Refrigeration

1)

Short Description

University of South Wales

2)

Common Procurement Vocabulary (CPV)

50883000

3)

Quantity or scope

See tender documents


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     South East Wales 2 - General Kitchen Equipment (Gas & Electric)

1)

Short Description

University of South Wales

2)

Common Procurement Vocabulary (CPV)

50883000

3)

Quantity or scope

See Tender documents


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

5     South West Wales - Refrigeration

1)

Short Description

Swansea University

University of Wales Trinity Saint David

2)

Common Procurement Vocabulary (CPV)

50883000

3)

Quantity or scope

See tender documents


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

6     South West Wales - General Kitchen Equipment (Gas & Electric)

1)

Short Description

Swansea University

University of Wales Trinity Saint David

2)

Common Procurement Vocabulary (CPV)

50883000

3)

Quantity or scope

See tender documents


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
50883000 Repair and maintenance services of catering equipment Repair and maintenance services of hotel and restaurant equipment

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
30 March 2015
Deadline date:
22 May 2015 00:00
Notice type:
Contract Notice
Authority name:
Cardiff University
Publication date:
29 June 2015
Notice type:
Contract Award Notice
Authority name:
Cardiff University

About the buyer

Main contact:
DaviesJ97@cardiff.ac.uk
Admin contact:
DaviesJ97@cardiff.ac.uk
Technical contact:
N/a
Other contact:
DaviesJ97@cardiff.ac.uk

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.