UK-Leeds: Firefighting equipment.

UK-Leeds: Firefighting equipment.
Section I: Contracting Authority
I.1) Name and addresses
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1133443958, Email: s.wells@neupc.ac.uk
Contact: Sam Wells
Main Address: www.neupc.ac.uk, Address of the buyer profile: https://neupc.delta-esourcing.com/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Firefighting-equipment./249KY45349
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Firefighting-equipment./249KY45349 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
Body governed by public law
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Firefighting Equipment and Associated Services
Reference Number: Not provided
II.1.2) Main CPV Code:
35111000 - Firefighting equipment.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: NEUPC is seeking to award a Framework Agreement for the provision of firefighting equipment and associated services with the scope covering a range of products including, but not limited to, fire extinguishers, fire blankets, storage, first aid equipment, door furniture, escape equipment, signage and wireless alarms. The associated services lot will be for the provision of fire safety training and fire risk assessments.This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.
II.1.5) Estimated total value:
Value excluding VAT: 36,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Firefighting Equipment and Maintenance
Lot No: 1
II.2.2) Additional CPV codes:
35110000 - Firefighting, rescue and safety equipment.
35111000 - Firefighting equipment.
35111300 - Fire extinguishers.
35111320 - Portable fire-extinguishers.
35111400 - Fire escape equipment.
39525400 - Fire blankets.
44480000 - Miscellaneous fire-protection equipment.
44481100 - Fire ladders.
44482000 - Fire-protection devices.
44482100 - Fire hoses.
45343200 - Firefighting equipment installation work.
45343210 - CO2 fire-extinguishing equipment installation work.
45343220 - Fire-extinguishers installation work.
50413200 - Repair and maintenance services of firefighting equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: NEUPC is seeking to award this Lot for the provision of firefighting equipment and maintenance with the scope covering a range of products including, but not limited to, fire equipment, storage & protection, first aid equipment, passive fire equipment, door furniture, escape equipment, signage, wireless detectors and wireless call points across the UK. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

Suppliers will be able to bid to service any of the following 8 Regions under this Lot: Scotland, Northern Ireland, North West, North East &Yorkshire, Wales, Midlands, South West & South East, London and East Anglia. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers.

It is intended that the Framework Agreement will be awarded to 4 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s).
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Account Management and Service / Weighting: 15
Quality criterion - Name: Marketing / Weighting: 5
Quality criterion - Name: Delivery and Installation / Weighting: 15
Quality criterion - Name: Products / Weighting: 15
Quality criterion - Name: Sustainability - Environmental Impact / Weighting: 4
Quality criterion - Name: Sustainability - Staff Development / Weighting: 4
Quality criterion - Name: Sustainability - Equality / Weighting: 2

Price - Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 18,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Any Framework Agreement concluded as a result of this ITT will be for a period of 4 years, commencing 30th January 2020 for an initial term of 2 years with a 2 x possible extension(s) of 1 year in accordance with the OJEU contract notice and the terms of any Framework Agreement.

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: NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting documentation
II.2) Description Lot No. 2

II.2.1) Title: Fire Safety Training and Fire Risk Assessments
Lot No: 2
II.2.2) Additional CPV codes:
75251100 - Firefighting services.
75251110 - Fire-prevention services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: NEUPC is seeking to award this Lot for the provision of fire safety training and fire risk assessments across the UK. This agreement will be open to universities and their partners regardless of whether or not they are to be defined as contracting authorities for the purpose of the PCR 2015. It is anticipated that some of the future call off contracts under this framework may be part funded from external streams, including European Union (EU) funding and (ERDF/ESF) and potentially other research bodies. All funding assessed under this framework will be considered compliant for the purposes of external funding by the named participants.

Suppliers will be able to bid to service any of the following 8 Regions under this Lot: Scotland, Northern Ireland, North West, North East &Yorkshire, Wales, Midlands, South West & South East, London and East Anglia. Suppliers may bid for any combination of Regions, including one or all Regions but they must be able to service 100% of the Members who can access the agreement within each region. It is possible for Suppliers to be awarded a position on the framework in some, but not all, Regions that they bid for, depending on the level of interest and quality of tender submissions received from other Suppliers.

It is intended that the Framework Agreement will be awarded to 3 Bidders per Region on this Lot, provided that there are a suitable number of Bidders which meet any required minimum standards. NEUPC reserves the right to proceed with a lower number of Bidders for all or any Lot/Region(s).
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Account Management and Service / Weighting: 15
Quality criterion - Name: Marketing / Weighting: 5
Quality criterion - Name: Training Services / Weighting: 10
Quality criterion - Name: Booking Services / Weighting: 5
Quality criterion - Name: Risk Assessment / Weighting: 15
Quality criterion - Name: Sustainability - Environmental Impact / Weighting: 4
Quality criterion - Name: Sustainability - Staff Development / Weighting: 4
Quality criterion - Name: Sustainability - Equality / Weighting: 2

Price - Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 18,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Any Framework Agreement concluded as a result of this ITT will be for a period of 4 years, commencing 30th January 2020 for an initial term of 2 years with a 2 x possible extension(s) of 1 year in accordance with the OJEU contract notice and the terms of any Framework Agreement.

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: Respond to this opportunity by clicking https://www.delta-esourcing.com/respond/8VFG9V8D93

NEUPC reserves the right, subject to regulations, to change without notice the basis of, of the procedures for, the competitive sourcing process or to terminate the process at any time. Under no circumstances shall NEUPC incur any liability in respect of this ITT or any supporting documentation


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.2.2) 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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: Yes
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: 18/11/2019 Time: 11:00

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:
Duration in month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 18/11/2019
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://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Firefighting-equipment./249KY45349

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/249KY45349
VI.4) Procedures for review
VI.4.1) Review body:
NEUPC Ltd
NEUPC Ltd, Phoenix House, 3 South Parade, Leeds, LS1 5QX, United Kingdom
Tel. +44 1134871750, Email: s.wells@neupc.ac.uk
Internet address: www.neupc.ac.uk
VI.4.2) Body responsible for mediation procedures:
CENTRE FOR EFFECTIVE DISPUTE RESOLUTION LIMITED
INTERNATIONAL DISPUTE RESOLUTION CENTRE, 70 FLEET STREET, London, EC4Y 1EU, United Kingdom
Tel. +44 2075366000
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: 16/10/2019

Annex A



IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Crescent Purchasing Ltd
Procurement House, Unit 23, Leslie Hough Way, Salford, M6 6AJ, United Kingdom
Tel. +44 8000662188, Email: p.mcmullan@thecpc.ac.uk
Contact: Peter McMullan
Main Address: https://www.thecpc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
North Western Universities Purchasing Consortium
Albert House, 17 Bloom Street, Manchester, M1 3HZ, United Kingdom
Tel. +44 1612348003, Email: natasha.peacock@manchester.ac.uk
Contact: Natasha Peacock
Main Address: https://www.nwupc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
3: Contracting Authority
Southern Universities Purchasing Consortium
Science and Technology Centre, University of Reading, Earley Gate, Whiteknights Road, Reading, RG6 6BZ, United Kingdom
Tel. +44 1189357081, Email: rob.johnson@reading.ac.uk
Contact: Rob Johnson
Main Address: https://www.supc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
4: Contracting Authority
London Universities Purchasing Consortium
Shropshire House, 179 Tottenham Court Road, London, W1T 7NZ, United Kingdom
Tel. +44 2073072763, Email: J.Kadri@lupc.ac.uk
Contact: Joyce Kadri
Main Address: https://www.lupc.ac.uk/
NUTS Code: UK

IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
5: Contracting Authority
Higher Education Purchasing Consortium, Wales
8th Floor, 30-36 Newport Road, Cardiff, CF24 0DE, United Kingdom
Tel. +44 2920879201, Email: h.allaway@wales.ac.uk
Contact: Howard Allaway
Main Address: http://www.hepcw.ac.uk/
NUTS Code: UK