UK Centre for Ecology & Hydrology is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Upgrade of the Building Management System |
Notice type: | Contract Notice |
Authority: | UK Centre for Ecology & Hydrology |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | UKCEH require investment for the Building Management System (BMS) at the Edinburgh, Lancaster, and Wallingford sites with the purpose of upgrading and extending the life of the current systems, improving the resilience of the systems and the reduction of energy use and the business carbon output. |
Published: | 16/05/2023 12:32 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
UK Centre for Ecology & Hydrology
Benson Lane, Maclean Building, Wallingford, OX10 8BB, United Kingdom
Tel. +44 7510383817, Email: sargra@ceh.ac.uk
Contact: Sarah Grant
Main Address: https://www.ceh.ac.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Charity not for profit
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Upgrade of the Building Management System
Reference Number: Not provided
II.1.2) Main CPV Code:
72540000 - Computer upgrade services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: UKCEH require investment for the Building Management System (BMS) at the Edinburgh, Lancaster, and Wallingford sites with the purpose of upgrading and extending the life of the current systems, improving the resilience of the systems and the reduction of energy use and the business carbon output.
II.1.5) Estimated total value:
Value excluding VAT: 350,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: UKCEH require investment for the Building Management System (BMS) at the Edinburgh, Lancaster, and Wallingford sites with the purpose of upgrading and extending the life of the current systems, improving the resilience of the systems and the reduction of energy use and the business carbon output.
Each site has its own set of requirements which are detailed in the specification. It will involve the removal of any obsolete equipment and upgrading of equipment necessary to have all sites running on the same system.
Site visits will take place between: 5th- 23rd June. If you would like to register your interest please do so by 2nd June via the delta portal.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Price / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 350,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 6
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/MG9Q4V7T26
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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/07/2023 Time: 17:00
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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 26/07/2023
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wallingford:-Computer-upgrade-services./MG9Q4V7T26
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/MG9Q4V7T26
VI.4) Procedures for review
VI.4.1) Review body:
UK Centre for Ecology & Hydrology
Benson Lane, Maclean Building, Wallingford, OX10 8BB, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 16/05/2023
Annex A