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

Planned Preventative Maintenance and Reactive Maintenance of Building Fabric at the University of Ca

  • First published: 09 November 2018
  • Last modified: 09 November 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Chancellor, Masters and Scholars of the University of Cambridge
Authority ID:
AA21757
Publication date:
09 November 2018
Deadline date:
07 January 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The University of Cambridge is seeking to appoint a Contractor who will provide a single point of responsibility for:

(i) planned preventative maintenance services including:

— gutter clearance,

— roller shutter doors servicing and maintenance,

— fall arrest/mansafe fall protection systems inspections and testing,

— drainage works,

— lightening protection testing and maintenance,

— moveable walling systems maintenance.

(ii) reactive maintenance services to building fabric including:

— general building repair works including carpentry and joinery works, brickwork, plastering, painting and decorating (internal and external), glazing, roofing works and ground works,

— passive fire protection works, including repairs and alterations to existing doors,

— works associated with general upkeep of the buildings,

— works associated with making buildings safe and secure,

— general building works in connection with the works carried out by other contractors,

— 24/7 emergency call-out.

In a range of the Employer’s 361 operational and non-operational buildings, covering approximately 644 272 m2 of gross internal area, comprising laboratories, teaching spaces, offices, workshops, residential, agricultural, museums and libraries.

The envisaged contract duration is three (3) years with an option to extend for further twelve (12) months.

The attention of the Applicant is drawn to the fact that this contract is being tendered as Lot 2 in a combined tender as follows:

Lot 1: Building fabric minor works framework;

Lot 2: Planned preventative maintenance and reactive maintenance of building fabric contract.

Lot 1 is the subject of a separate OJEU Notice published simultaneously with this OJEU Notice.

The PQQ has been structured to provide the Applicants with as much information as is available at this stage of the procurement, however should you have any queries about this procurement or how it will be conducted, please direct these queries as described at the end of paragraph VI.3) below.

The Applicants are permitted to apply to be pre-qualified to be invited to tender for more than one lot provided the applicants can demonstrate that they have sufficient resources, technical capability and financial capacity to successfully deliver more than one lot.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Chancellor, Masters and Scholars of the University of Cambridge

Estate Management, Greenwich House, Madingley Road

Cambridge

CB3 0TX

UK

Contact person: Elena Johnston

E-mail: EMMaintenanceContracts@admin.cam.ac.uk

NUTS: UKH

Internet address(es)

Main address: https://in-tendhost.co.uk/universityofcambridge/

Address of the buyer profile: www.cam.ac.uk

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://in-tendhost.co.uk/universityofcambridge/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/universityofcambridge/


I.4) Type of the contracting authority

Other: Higher Education

I.5) Main activity

Other: Higher Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Planned Preventative Maintenance and Reactive Maintenance of Building Fabric at the University of Cambridge

Reference number: EM-EF-009/2017

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The University of Cambridge is seeking to appoint a Contractor who will provide a single point of responsibility for:

(i) planned preventative maintenance services including:

— gutter clearance,

— roller shutter doors servicing and maintenance,

— fall arrest/mansafe fall protection systems inspections and testing,

— drainage works,

— lightening protection testing and maintenance,

— moveable walling systems maintenance.

(ii) reactive maintenance services to building fabric including:

— general building repair works including carpentry and joinery works, brickwork, plastering, painting and decorating (internal and external), glazing, roofing works and ground works,

— passive fire protection works, including repairs and alterations to existing doors,

— works associated with general upkeep of the buildings,

— works associated with making buildings safe and secure,

— general building works in connection with the works carried out by other contractors,

— 24/7 emergency call-out.

II.1.5) Estimated total value

Value excluding VAT: 6 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKH1


Main site or place of performance:

Cambridge and nearby locations

II.2.4) Description of the procurement

The University of Cambridge is seeking to appoint a Contractor who will provide a single point of responsibility for:

(i) planned preventative maintenance services including:

— gutter clearance,

— roller shutter doors servicing and maintenance,

— fall arrest/mansafe fall protection systems inspections and testing,

— drainage works,

— lightening protection testing and maintenance,

— moveable walling systems maintenance.

(ii) reactive maintenance services to building fabric including:

— general building repair works including carpentry and joinery works, brickwork, plastering, painting and decorating (internal and external), glazing, roofing works and ground works,

— passive fire protection works, including repairs and alterations to existing doors,

— works associated with general upkeep of the buildings,

— works associated with making buildings safe and secure,

— general building works in connection with the works carried out by other contractors,

— 24/7 emergency call-out.

In a range of the Employer’s 361 operational and non-operational buildings, covering approximately 644 272 m2 of gross internal area, comprising laboratories, teaching spaces, offices, workshops, residential, agricultural, museums and libraries.

The envisaged contract duration is three (3) years with an option to extend for further twelve (12) months.

The attention of the Applicant is drawn to the fact that this contract is being tendered as Lot 2 in a combined tender as follows:

Lot 1: Building fabric minor works framework;

Lot 2: Planned preventative maintenance and reactive maintenance of building fabric contract.

Lot 1 is the subject of a separate OJEU Notice published simultaneously with this OJEU Notice.

The PQQ has been structured to provide the Applicants with as much information as is available at this stage of the procurement, however should you have any queries about this procurement or how it will be conducted, please direct these queries as described at the end of paragraph VI.3) below.

The Applicants are permitted to apply to be pre-qualified to be invited to tender for more than one lot provided the applicants can demonstrate that they have sufficient resources, technical capability and financial capacity to successfully deliver more than one lot.

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: 6 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

One optional renewal for a further 12 month period.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Following the pre-qualification stage, 5-7 successful applicants will be invited to participate in the next stage, tender.

II.2.10) Information about variants

Variants will be accepted: No

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

This procurement is being conducted under the Public Contracts Regulations 2015 (Directive 2014/24/EU) (“PCR 2015”), however, the University of Cambridge is not a public body within the meaning of the PCR 2015 and is not subject to the PCR 2015. Where the University of Cambridge advertises contracts in the OJEU, it does so on a voluntary basis and has no obligation to comply with the PCR 2015.

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:

Details are included in the PQQ. The suppliers wishing to express interest in participating in this procurement must be registered in In-Tend, a web based tendering system, https://in-tendhost.co.uk/universityofcambridge/

Once registered, the supplier will be able to express their interest in this procurement via In-Tend and download the pre-qualification questionnaire as appropriate.

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about 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: 07/01/2019

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 18/03/2019

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

4 years time

VI.3) Additional information

This procurement is being conducted under the Public Contracts Regulations 2015 (Directive 2014/24/EU) (“PCR 2015”), however, the University of Cambridge is not a public body within the meaning of the PCR 2015 and is not subject to the PCR 2015. Where the University of Cambridge advertises contracts in the OJEU, it does so on a voluntary basis and has no obligation to comply with the PCR 2015. The University of Cambridge therefore reserves the right to modify or depart from the procedures prescribed in the PCR 2015 as the University of Cambridge considers necessary. The full specification is still being prepared and will be available by the Invitation to Tender stage. The outline of scope of services is included in II.2.1) above and in the pre-qualification questionnaire. Should the Applicant require any further information or have any queries, the Applicant should direct these queries as described at the end of this paragraph VI.3). The Invitation to Tender is also still being prepared and is not available at this stage.

In this procurement the University of Cambridge is following the restricted procedure and conducting a 2-stage procurement process of which the pre-qualification will be the first stage. Following the completion of the selection process, the pre-qualified suppliers will be invited to tender.

NEC3 Term Service Contract will be the form of contract used for the contract between the University of Cambridge and the Contractor, should any contract be awarded as a result of this procurement.

The contract will be awarded for a period of three (3) years with an option to extend for a further twelve (12) month period. The planned start date of the contract is mid-August 2019. The approximate annual value of the contract is estimated to be between 1 500 000 GBP and 1 600 000 GBP excluding VAT.

The suppliers wishing to express interest in participating in this procurement must be registered in In-Tend, a web based tendering system, https://in-tendhost.co.uk/universityofcambridge/. Once registered, the supplier will be able to express their interest in this procurement via In-Tend and download the pre-qualification questionnaire as appropriate.

The attention of the Applicant is drawn to the fact that this contract is being tendered as Lot 2 in a combined tender for the following:

Lot 1: Building fabric minor works framework;

Lot 2: Planned preventative maintenance and reactive maintenance of building fabric contract.

Lot 1 is the subject of a separate OJEU Notice issued simultaneously with this OJEU Notice.

The PQQ has been structured to provide the Applicants with as much information as is available at this stage of the procurement, however should you have any queries about this procurement or how it will be conducted, please direct these queries as described at the end of this paragraph VI.3).

The Applicants are permitted to apply to be pre-qualified to be invited to tender for more than one lot provided the Applicants can demonstrate that they has sufficient resources, technical capability and financial capacity to successfully deliver more than one lot.

Important:

It is not possible to participate in this procurement without registering in In-Tend. The registration takes only a few minutes and is free. To register, please go to https://in-endhost.co.uk/universityofcambridge

The suppliers that register their interest in this procurement in In-Tend, will be able to download the pre-qualification questionnaire relating to this procurement. The pre-qualification questionnaire provides further detail about this procurement, the process that the University of Cambridge will be following in this procurement, key information about the contract, selection criteria that the University of Cambridge will use to evaluate the suppliers’ submissions with a view of identifying the suppliers who are qualified to progress to the next stage of this procurement, tender.

VI.4) Procedures for review

VI.4.1) Review body

N/A

N/A

UK

VI.5) Date of dispatch of this notice

07/11/2018

Coding

Commodity categories

ID Title Parent category
50000000 Repair and maintenance services Other Services

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
EMMaintenanceContracts@admin.cam.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

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.