UK-Leeds: Lighting systems.

UK-Leeds: Lighting systems.
Section I: Contracting Authority
I.1) Name and addresses
Leeds Arts University
Blenheim Walk, Leeds, LS2 9AQ, United Kingdom
Tel. +44 1132028148, Email: paul.eagleton@leeds-art.ac.uk
Contact: Paul Eagleton
Main Address: https://www.leeds-art.ac.uk/, Address of the buyer profile: https://neupc.delta-esourcing.com/
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
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Lighting-systems./TW54BR92BU
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:-Lighting-systems./TW54BR92BU 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: THE PROVISION OF LED LIGHTING
Reference Number: Not provided
II.1.2) Main CPV Code:
31527260 - Lighting systems.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Leeds Arts University wishes to Contract for the provision of LED Lighting to the University Building, areas including Teaching and Workshops. workshops, emergency lighting, corridor / circulation lighting including Suspended LED down lighters, Recessed LED down lighters, Inserted panel LEDs fitted within suspended ceilings, Continuous LED luminaire, Wall/Surface mounted decorative LEDs , Gallery / display lighting, WC/Shower Room Lighting, Roof Plant Lighting, Car park and service area lighting, external lighting all lighting areas are of various types. Additional design service, Warranty ,support and maintenance. See ITT specification for full details.
II.1.5) Estimated total value:
Value excluding VAT: 180,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
31500000 - Lighting equipment and electric lamps.
31518200 - Emergency lighting equipment.
31530000 - Parts of lamps and lighting equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Leeds Arts University is a specialist arts higher education institution that also offers further education. Leeds Arts University is the only specialist arts university in the North of England. We have contributed significantly to the development of arts education for over 170 years. The University is sited in two main buildings in Leeds City Centre: All higher education courses are based in our Blenheim Walk building (Blenheim Walk, Leeds, West Yorkshire, LS2 9AQ). Our FE provision is delivered from the Vernon Street/Rossington Street buildings in the city centre (Leeds Arts University, Vernon Street, Leeds, LS2 8PH). The University wishes to tender via the Open Procedure for the Provision of LED Lighting to be supplied to the University Buildings. Various style fittings are required during the course of the contract for areas including teaching workshops, emergency lighting, corridor / circulation lighting including Suspended LED down lighters, recessed LED down lighters, inserted panel LEDs fitted within suspended ceilings, continuous LED luminaire, wall/surface mounted decorative LEDs , Gallery / display lighting, WC/Shower Room lighting, plant room lighting, car park and service area lighting, external lighting other lighting areas are to be of various types. Additional design service required, plus warranty, support and technical maintenance (batteries, controls and programming etc). See the ITT specification for full details and specification. The Procurement will be conducted via the Delta portal. Tenderers are responsible for all of their own costs and expenses at all stages of the procurement process irrespective of whether the Contract is awarded or the Tenderer is successful. The University reserves the right to not proceed to Contract, or to cancel the Tender & will incur no Liability in doing so.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Product quality / Weighting: 15
Quality criterion - Name: Delivery and design service / Weighting: 15
Quality criterion - Name: Warranty / Weighting: 15
Quality criterion - Name: Sustainability / Weighting: 15

Cost criterion - Name: Price Basket / Weighting: 40

II.2.6) Estimated value:
Value excluding VAT: 180,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
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: Yes
Description of options: Option for two further extensions of 12 months each to a maximum Contract duration of 4 years
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://neupc.delta-esourcing.com/respond/TW54BR92BU
The Procurement will be conducted via the Delta e-sourcing portal on the notice link. Under no circumstances shall Leeds Arts University incur any liability in respect of this ITT or any documentation. See description.


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 - 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: 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: 15/04/2024 Time: 16:00

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: 15/04/2024
Time: 16:01
Place:
Delta


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 Yes
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:-Lighting-systems./TW54BR92BU

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/TW54BR92BU
VI.4) Procedures for review
VI.4.1) Review body:
Leeds Arts University
Blenheim Walk, Leeds, LS2 9AQ, United Kingdom
Tel. +44 1132028000
Internet address: https://www.leeds-art.ac.uk/
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: 14/03/2024

Annex A