Construction Tenders

29 May 2025

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 19th Dec 2024

Tender Details
Referenceocds-h6vhtk-04c9ae
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£3,000,000
More Tenders »

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 19th Dec 2024

Tender Details
Referenceocds-h6vhtk-04c9ae
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£3,000,000

Section I: Contracting authority

I.1) Name and addresses

UNIVERSITY OF YORK

Heslington

YORK

YO105DD

Contact

Rob Allan

Email

rob.allan [at] york.ac.uk

Telephone

+44 1904328214

Country

United Kingdom

NUTS code

UKE21 - York

UK Register of Learning Providers (UKPRN number)

10007167

Internet address(es)

Main address

www.york.ac.uk

Buyer's address

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

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

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

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

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

University of York - CHP (Combined Heat and Power) Operation, Maintenance and Repair Services

Reference number

UY PROC 795

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

The University of York ("the University") is pleased to invite tenders for the provision of Combined Heat and Power (CHP) Operation, Maintenance and Repairs Services in connection with the operation of its three CHP generators and associated equipment.

The invitation to tender (ITT) pack published via the portal contains further details of the requirements and can be found here: https://in-tendhost.co.uk/york/aspx/Home

II.1.5) Estimated total value

Value excluding VAT: £3,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 39715000 - Water heaters and heating for buildings; plumbing equipment
  • 42110000 - Turbines and motors
  • 42120000 - Pumps and compressors
  • 42130000 - Taps, cocks, valves and similar appliances
  • 42160000 - Boiler installations
  • 45259000 - Repair and maintenance of plant
  • 45310000 - Electrical installation work
  • 45350000 - Mechanical installations
  • 50000000 - Repair and maintenance services

II.2.3) Place of performance

NUTS codes
  • UKE21 - York
Main site or place of performance

The CHP units are located within two energy centre buildings at the University of York Campus, Heslington, York.

II.2.4) Description of the procurement

The University is looking to appoint a single Contractor to operate, maintain and repair the three (3) CHPs the University operates on campus.

The Contractor shall be aware that this will not be a standard maintenance contract, and the successful contractor shall be required to maintain the University's MWM (www.mwm.net) CHP's.

This contract is to provide fully comprehensive operational and planned preventative maintenance (PPM) services, together with emergency call out cover for the University's three CHP units located at the Energy Centres at the Heslington, York campuses.

The Contractor will also have to suitably resource all planned works/projects to ensure that the planned works delivery will have no detrimental effect on the maintenance/service side of the contract.

The contract will be let for an initial period of three (3) years with an option to extend for an additional two (2) years subject to meeting the Contract and KPI requirements, and then a final extension period of a further two (2) years meaning a maximum contract duration of seven (7) years. The decision to extend the contract shall be at the discretion of the University. If the University intends to extend the contract beyond the initial three (3) year term the University shall serve a written notice upon the Contractor at least six (6) months before the expiry date, the effect of which shall be to extend the Contract by the agreed number of years from the expiry date. If any party does not agree to such an extension then the Contract shall expire on the expiry date.

The successful Contractor must be prepared to use directly employed labour or deliver in partnership with a specialist subcontractor.

The Invitation to Tender (ITT) pack contains full details of the requirements and is available to download from: https://in-tendhost.co.uk/york/aspx/Home

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

The contract will be let for an initial period of three (3) years commencing on the 1st April 2025, with an option to extend for an additional two (2) years subject to meeting the Contract and KPI requirements, and then a final extension period of a further two (2) years meaning a maximum contract duration of seven (7) years. The decision to extend the contract shall be at the discretion of the University. If the University intends to extend the contract beyond the initial three (3) year term the University shall serve a written notice upon the Contractor at least six (6) months before the expiry date, the effect of which shall be to extend the Contract by the agreed number of years from the expiry date. If any party does not agree to such an extension then the Contract shall expire on the expiry date

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options

Bids are invited for cost Option 1 and Option 2.


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 the invitation to tender documents.

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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

24 January 2025

Local time

12:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

24 January 2025

Local time

12:01pm

Place

To be opened electronically via the In-Tend Portal.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A2LL

Telephone

+44 2079476000

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

University of York

Heslington Hall, Heslington

York

YO86NU

Email

rob.allan [at] york.ac.uk

Telephone

+44 01904328214

Country

United Kingdom

Internet address

www.york.ac.uk

VI.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

Strand

London

WC2A2LL

Telephone

+44 0279476000

Country

United Kingdom