web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Salford: Facilities Supplies

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-009479/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: North Western Universities Purchasing Consortium
National registration number: 04045190
Postal address: Room 404, 4th Floor, Crescent House, University of Salford
Town: Salford
Postal code: M5 4WT
Country: United Kingdom
Contact Person: Laura Hills
Telephone: +44 1612348003
Email: laura.hills@nwupc.ac.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Other type: Sub-central contracting authority
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Facilities Supplies

Reference number: EFM3190NW
II.1.2) Main CPV code: 44000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: NWUPC is establishing a multi-provider Framework Agreement on behalf of members of NWUPC, APUC (lots 1 and 2 only), HEPCW, LUPC, NEUPC, SUPC and CPC for Facilities Supplies. The Framework Agreement is divided into lots as follows:
Lot 1 – Air Filters and Associated Products – UK
Lot 2 – Air Filters Supply, Fit, Maintenance, Removal and Disposal – UK
Lot 3 – Electrical Materials and Associated Products and Services – GB
Lot 4 – Electrical Materials and Associated Products and Services – NI Only
Lot 5 – Plumbing, Sanitary and Heating Equipment, Supplies and Associated Services – GB
Lot 6 – Plumbing, Sanitary and Heating Equipment, Supplies and Associated Services – NI Only
Coverage on this Framework Agreement is national.
The Framework Agreement will commence on 01 August 2023 for an initial period of 24 months until 31st July 2025, with the option to extend the Agreement for 2 periods of 12 months until 31st July 2027, subject to satisfactory Economic Operator performance.
II.1.5) Estimated total value:
Value excluding VAT: 55000000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Lot 1 – Air Filters and Associated Products – UK

Lot No:1
II.2.2) Additional CPV code(s)
31200000, 31300000, 31500000, 31680000, 39700000, 42514310, 44115200, 44115210, 50000000, 90731100, 90731300

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Salford

II.2.4) Description of the procurement:
Air Filters and Associated Products includes, but is not limited to, the following scope; the supply of Air Filters. These products will be utilised in the following areas: Air Filters, Air Purifiers and Cleaners. The lot also includes the supply of Associated Products. This list is not exhaustive.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2023-08-01End: 2025-07-31
This contract is subject to renewalyes Description of renewals:This Framework Agreement will commence on 01 August 2023 for an initial period of 24 months until 31 July 2025 with the option to extend the Agreement for 12 months until 31 July 2026 and a further 12 months until 31 July 2027 subject to satisfactory Economic Operator performance

II.2.9) Information about the limits on the number of candidates to be invited
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:yes
Identification of the project:
The resulting framework may be used by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)

II.2.14) Additional information: Please read the Supplier Guide to Tendering, Award Criteria Scoring Mechanism, Invitation to Tender and accompanying appendices prior to completing any sections on this e-tendering system.

II.2.1) Title: Lot 2 – Air Filters Supply, Fit, Maintenance, Removal and Disposal – UK

Lot No:2
II.2.2) Additional CPV code(s)
31200000, 31300000, 31500000, 31680000, 39700000, 42514310, 44115200, 44115210, 50000000, 90731100, 90731300

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Salford

II.2.4) Description of the procurement:
Air Filters Supply, Fit, Maintenance, Removal and Disposal includes, but is not limited to, the following scope: the supply, fit, maintenance and removal of Air Filters. These products will be utilised in the following areas; Air Filters, Air Purifiers and Cleaners. The lot also includes the supply of Associated Products and Associated Services. This list is not exhaustive.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2023-08-01End: 2025-07-31
This contract is subject to renewalyes Description of renewals:This Framework Agreement will commence on 01 August 2023 for an initial period of 24 months until 31 July 2025 with the option to extend the Agreement for 12 months until 31 July 2026 and a further 12 months until 31 July 2027 subject to satisfactory Economic Operator performance.

II.2.9) Information about the limits on the number of candidates to be invited
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:yes
Identification of the project:
The resulting framework may be used by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)

II.2.14) Additional information: Please read the Supplier Guide to Tendering, Award Criteria Scoring Mechanism, Invitation to Tender and accompanying appendices prior to completing any sections on this e-tendering system.

II.2.1) Title: Lot 3 – Electrical Materials and Associated Products and Services – GB

Lot No:3
II.2.2) Additional CPV code(s)
31200000, 31300000, 31500000, 31680000, 39700000, 42514310, 44115200, 44115210, 50000000, 90731100, 90731300

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Salford

II.2.4) Description of the procurement:
Cable, Cable Management, Distribution and Switchgear, Heating, Ventilation and Washroom, Lamps, Lighting Control Gear, Luminaries, Security and Fire, Sustainable Energy Solutions, Test Equipment and Wiring Accessories. Associated Services will include Lighting Scheme Design and Installation, Energy Saving Surveys, Removal, Disposal and Recycling services, Managed Services including but not limited to Managed Stores. Managed Stores will be primarily for the product categories through this lot, however it is envisaged that a small percentage of spend (10% or below) may be for product lines including, but not limited to, Decorative and Building Equipment and Supplies. This list is not exhaustive.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2023-08-01End: 2025-07-31
This contract is subject to renewalyes Description of renewals:This Framework Agreement will commence on 01 August 2023 for an initial period of 24 months until 31 July 2025 with the option to extend the Agreement for 12 months until 31 July 2026 and a further 12 months until 31 July 2027 subject to satisfactory Economic Operator performance.

II.2.9) Information about the limits on the number of candidates to be invited
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:yes
Identification of the project:
The resulting framework may be used by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)

II.2.14) Additional information: Please read the Supplier Guide to Tendering, Award Criteria Scoring Mechanism, Invitation to Tender and accompanying appendices prior to completing any sections on this e-tendering system.

II.2.1) Title: Lot 4 – Electrical Materials and Associated Products and Services – NI Only

Lot No:4
II.2.2) Additional CPV code(s)
31200000, 31300000, 31500000, 31680000, 39700000, 42514310, 44115200, 44115210, 50000000, 90731100, 90731300

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Salford

II.2.4) Description of the procurement:
Cable, Cable Management, Distribution and Switchgear, Heating, Ventilation and Washroom, Lamps, Lighting Control Gear, Luminaries, Security and Fire, Sustainable Energy Solutions, Test Equipment and Wiring Accessories. Associated Services will include Lighting Scheme Design and Installation, Energy Saving Surveys, Removal, Disposal and Recycling services, Managed Services including but not limited to Managed Stores. Managed Stores will be primarily for the product categories through this lot, however it is envisaged that a small percentage of spend (10% or below) may be for product lines including, but not limited to, Decorative and Building Equipment and Supplies. This list is not exhaustive.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2023-08-01End: 2025-07-31
This contract is subject to renewalyes Description of renewals:This Framework Agreement will commence on 01 August 2023 for an initial period of 24 months until 31 July 2025 with the option to extend the Agreement for 12 months until 31 July 2026 and a further 12 months until 31 July 2027 subject to satisfactory Economic Operator performance.

II.2.9) Information about the limits on the number of candidates to be invited
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:yes
Identification of the project:
The resulting framework may be used by institutions using various funds including but not limited to the European Regional Development Fund (ERDF)

II.2.14) Additional information: Please read the Supplier Guide to Tendering, Award Criteria Scoring Mechanism, Invitation to Tender and accompanying appendices prior to completing any sections on this e-tendering system.

II.2.1) Title: Lot 5 – Plumbing, Sanitary and Heating Equipment, Supplies and Associated Services – GB

Lot No:5
II.2.2) Additional CPV code(s)
31200000, 31300000, 31500000, 31680000, 39700000, 42514310, 44115200, 44115210, 50000000, 90731100, 90731300

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Salford

II.2.4) Description of the procurement:
Copper fittings, brass fittings, iron fittings, internal and external plastic (tube and fittings) including waste, drainage and soil, sanitaryware, baths, showers, shower accessories, sinks and fittings (including taps), plumbing sundries, heating accessories, heaters, boiler parts, pumps, radiators, thermostats and valves. It may be a requirement throughout the agreement that Suppliers provide Domestic and Commercial Boilers, Service Kits and Ports, Pumps and Radiators. Additional Services may include Managed Services including but not limited to Managed Stores, this will be primarily for the product categories within the product basket of this tender, this is not a mandatory requirement and will be dependent on individual Member requirements. This list is not exhaustive.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2023-08-01End: 2025-07-31
This contract is subject to renewalyes Description of renewals:This Framework Agreement will commence on 01 August 2023 for an initial period of 24 months until 31 July 2025 with the option to extend the Agreement for 12 months until 31 July 2026 and a further 12 months until 31 July 2027 subject to satisfactory Economic Operator performance.

II.2.9) Information about the limits on the number of candidates to be invited
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:yes
Identification of the project:
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): The resulting framework may be used by institutions
using various funds including but not limited to the European Regional Development Fund (ERDF)

II.2.14) Additional information: Please read the Supplier Guide to Tendering, Award Criteria Scoring Mechanism, Invitation to Tender and accompanying appendices prior to completing any sections on this e-tendering system.

II.2.1) Title: Lot 6 – Plumbing, Sanitary and Heating Equipment, Supplies and Associated Services – NI Only

Lot No:6
II.2.2) Additional CPV code(s)
31200000, 31300000, 31500000, 31680000, 39700000, 42514310, 44115200, 44115210, 50000000, 90731100, 90731300

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
Salford

II.2.4) Description of the procurement:
Copper fittings, brass fittings, iron fittings, internal and external plastic (tube and fittings) including waste, drainage and soil, sanitaryware, baths, showers, shower accessories, sinks and fittings (including taps), plumbing sundries, heating accessories, heaters, boiler parts, pumps, radiators, thermostats and valves. It may be a requirement throughout the agreement that Suppliers provide Domestic and Commercial Boilers, Service Kits and Ports, Pumps and Radiators. Additional Services may include Managed Services including but not limited to Managed Stores, this will be primarily for the product categories within the product basket of this tender, this is not a mandatory requirement and will be dependent on individual Member requirements. This list is not exhaustive.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Start: 2023-08-01End: 2025-07-31
This contract is subject to renewalyes Description of renewals:This Framework Agreement will commence on 01 August 2023 for an initial period of 24 months until 31 July 2025 with the option to extend the Agreement for 12 months until 31 July 2026 and a further 12 months until 31 July 2027 subject to satisfactory Economic Operator performance.

II.2.9) Information about the limits on the number of candidates to be invited
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:yes
Identification of the project:
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): The resulting framework may be used by institutions
using various funds including but not limited to the European Regional Development Fund (ERDF)

II.2.14) Additional information: Please read the Supplier Guide to Tendering, Award Criteria Scoring Mechanism, Invitation to Tender and accompanying appendices prior to completing any sections on this e-tendering system.

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:40IV.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: 2023-05-12 Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2023-08-10
IV.2.7) Conditions for opening tenders
Date: 2023-05-12 Local time: 15:00

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.3) Additional information:
At some point during the life of the Framework Agreement the current members of the
following may wish to utilise the Agreement and should have access at any point with the
permission of NWUPC. This Agreement is not intended to replace any current Agreements
that either participating or non-participating Institutions may already have in place. A list of
the current members is available as follows:
Central Government Departments, Local Government and Public Corporations that can be
accessed at the Public Sector Classification Guide

torclassificationguide

Local Authorities

NDPBs

National Parks Authorities

Police Forces in the United Kingdom

Fire and Rescue Services in the United Kingdom

NHS Bodies England

Hospices in the UK

Registered Social Landlords (Housing Associations)
Third Sector and Charities in the United Kingdom

Citizens Advice in the United Kingdom

www.cas.org.uk
NI Public Bodies
Northern Ireland Government Departments

Northern Ireland Public Sector Bodies and Local Authorities

Schools and Universities in Northern Ireland

Health and Social care in Northern Ireland

Northern Ireland Housing Associations

Police Service of Northern Ireland

VI.4) Procedures for review
VI.4.1) Review body
Official name: NWUPC Ltd
Town: Salford
Country: United Kingdom
VI.5) Date of dispatch of this notice:2023-03-31