UK-Leeds: Fire doors.

UK-Leeds: Fire doors.
Section I: Contracting Authority
I.1) Name and addresses
Leeds Trinity University
Brownberrie Lane, Leeds, LS18 5HD, United Kingdom
Tel. +44 1132837100, Email: m.hayter@leedstrinity.ac.uk
Main Address: https://www.leedstrinity.ac.uk/, Address of the buyer profile: https://neupc.delta-esourcing.com/members/leeds-trinity-university
NUTS Code: UKE4
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://neupc.delta-esourcing.com/members/leeds-trinity-university
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://neupc.delta-esourcing.com/members/leeds-trinity-university 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: Framework Agreement for the supply, installation, and maintenance of replacement internal fire doors
Reference Number: EFM060LTU
II.1.2) Main CPV Code:
44221220 - Fire doors.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The framework agreement will be awarded to the contractor that successfully bids for the Project: Kirkstall Halls Internal Fire (FD30) Door Renewal 2022. The contractor will then become the university’s sole approved contractor for the supply and installation of internal fire doors.
II.1.5) Estimated total value:
Value excluding VAT: 175,000
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:
UKE42 Leeds

II.2.4) Description of procurement: The framework agreement will be awarded to the contractor that successfully bids for the Project: Kirkstall Halls Internal Fire (FD30) Door Renewal 2022. The contractor will then become the university’s sole approved contractor for the supply and installation of internal fire doors.
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: 175,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The university anticipates that a superseding contract will be advertised before the expiry of this contract.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: 1.The framework agreement will be effective immediately upon award.
2.Subject to satisfactory performance and continued demand, the framework agreement shall be extended annually for a further 12month period.
3.The framework agreement will expire at the end of the final extension period available.
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: Not provided


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
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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 a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: At the time of issue, market conditions dictate exceptionally long lead in times, rendering redundant much of the initial period.


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: 22/03/2022 Time: 10:00

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): 3

IV.2.7) Conditions for opening of tenders:
Date: 22/03/2022
Time: 10:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: at the expiry of the current contract, dependent on extensions having been invoked
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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:-Fire-doors./FB5G49J3P8

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/FB5G49J3P8
VI.4) Procedures for review
VI.4.1) Review body:
Leeds Trinity University
Brownberrie Lane, Leeds, LS18 5HD, United Kingdom
Tel. +44 1132837100
VI.4.2) Body responsible for mediation procedures:
Leeds Trinity University
Brownberrie Lane, Leeds, LS18 5HD, United Kingdom
Tel. +44 1132837100
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:
Leeds Trinity University
Brownberrie Lane, Leeds, LS18 5HD, United Kingdom
Tel. +44 1132837100
VI.5) Date Of Dispatch Of This Notice: 15/02/2022

Annex A