Tender

EST LJMU 22/23-024 - James Parsons 6th & 7th HVAC Upgrade Works

LIVERPOOL JOHN MOORES UNIVERSITY

This public procurement record has 4 releases in its history.

TenderAmendment

27 Feb 2023 at 15:19

TenderAmendment

27 Feb 2023 at 15:14

TenderAmendment

27 Feb 2023 at 13:26

Tender

27 Feb 2023 at 13:23

Summary of the contracting process

The Liverpool John Moores University has issued a tender for the "EST LJMU 22/23-024 - James Parsons 6th & 7th HVAC Upgrade Works" within the HVAC packages category. The procurement stage is currently active, with a tender end date of 10th March 2023. The contract period is scheduled to run from 22nd May 2023 to 29th September 2023. The works will involve HVAC system replacements at the university's building in Liverpool (postcode: L3 2AJ).

This tender presents an opportunity for businesses in the works sector to bid for the provision of HVAC upgrade services. The Liverpool John Moores University specifies a minimum annual turnover requirement of £3 million for bidders. Companies with expertise in HVAC systems and associated building modifications would be well-suited to compete in this open procurement procedure. Successful suppliers will progress through the Supplier Questionnaire to the Invitation to Tender stage, offering the potential for long-term business relationships beyond the awarded project.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

EST LJMU 22/23-024 - James Parsons 6th & 7th HVAC Upgrade Works

Notice Description

There is an initial known project, which is a definite requirement once this tender has been awarded. You are invited to submit the Supplier Questionnaire to access capability for the provision of replacement, of an existing HVAC system on the 6th & 7th floor of James Parsons building LJMU Liverpool John Moore's University. Please note, beyond this initial project, LJMU do not guarantee any further revenue under this agreement, however if we do have any further related projects that require these services, we will allocate to the successful bidder (with the caveat that pricing is realistic and sustainable) The proposed works involve the removal of the existing 'end of life' HVAC systems, which shall be disconnected and removed. Each of the 9nr teaching spaces will be provided with mechanical supply and extract ventilation with ducted connections to external window amendments. It is proposed the ventilation will be supplied through reduced height Mechanical Vent Heat Recovery (MVHR) units located within the suspended ceiling voids in each room, which will provide supply and extract air through a latent heat exchanger. Networked local controllers are to be included in each area, interfaced with the existing BMS system. A new AC system will be provided to all spaces through slimline four-way ceiling cassettes integrated into the suspended ceiling and connected to external units mounted at roof level. The refrigerant will be piped to the roof level though the adjacent service risers. It is proposed the LTHW radiators on the 6th floor will be removed to avoid the need to interlock the AC with the heating system. The works will include the associated BMS modifications and additions and all building work in association. Minimum Turnover The minimum annual turnover bidders must have achieved is PS3m. Failure to have PS3m T/O or above will result in disqualification from this procurement exercise. Additional information: This is the first stage of the tender exercise- SQ Supplier Questionnaire. Successful suppliers following stage 1 will be taken through to stage 2- ITT. Please note that the ITT is for information purposes only at this stage. Is a Recurrent Procurement Type? : No

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-13a2ef0e-6434-4996-8e96-4750d5a76266
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/655c31db-34d9-4b31-8a36-56a258987829
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

42 - Industrial machinery


CPV Codes

42512300 - HVAC packages

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Feb 20232 years ago
Submission Deadline
10 Mar 2023Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
22 May 2023 - 29 Sep 2023 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LIVERPOOL JOHN MOORES UNIVERSITY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
MERSEYSIDE
Postcode
L3 2AJ
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Further Information

Notice Documents

Notice URLs

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-13a2ef0e-6434-4996-8e96-4750d5a76266-2023-02-27T15:19:31Z",
    "date": "2023-02-27T15:19:31Z",
    "ocid": "ocds-b5fd17-13a2ef0e-6434-4996-8e96-4750d5a76266",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "IT-363-234-EST LJMU 22/23-024",
        "title": "EST LJMU 22/23-024 - James Parsons 6th & 7th HVAC Upgrade Works",
        "description": "There is an initial known project, which is a definite requirement once this tender has been awarded. You are invited to submit the Supplier Questionnaire to access capability for the provision of replacement, of an existing HVAC system on the 6th & 7th floor of James Parsons building LJMU Liverpool John Moore's University. Please note, beyond this initial project, LJMU do not guarantee any further revenue under this agreement, however if we do have any further related projects that require these services, we will allocate to the successful bidder (with the caveat that pricing is realistic and sustainable) The proposed works involve the removal of the existing 'end of life' HVAC systems, which shall be disconnected and removed. Each of the 9nr teaching spaces will be provided with mechanical supply and extract ventilation with ducted connections to external window amendments. It is proposed the ventilation will be supplied through reduced height Mechanical Vent Heat Recovery (MVHR) units located within the suspended ceiling voids in each room, which will provide supply and extract air through a latent heat exchanger. Networked local controllers are to be included in each area, interfaced with the existing BMS system. A new AC system will be provided to all spaces through slimline four-way ceiling cassettes integrated into the suspended ceiling and connected to external units mounted at roof level. The refrigerant will be piped to the roof level though the adjacent service risers. It is proposed the LTHW radiators on the 6th floor will be removed to avoid the need to interlock the AC with the heating system. The works will include the associated BMS modifications and additions and all building work in association. Minimum Turnover The minimum annual turnover bidders must have achieved is PS3m. Failure to have PS3m T/O or above will result in disqualification from this procurement exercise. Additional information: This is the first stage of the tender exercise- SQ Supplier Questionnaire. Successful suppliers following stage 1 will be taken through to stage 2- ITT. Please note that the ITT is for information purposes only at this stage. Is a Recurrent Procurement Type? : No",
        "datePublished": "2023-02-27T13:23:54Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "42512300",
            "description": "HVAC packages"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "L3 2AJ"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "L3 2AJ"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "L3 2AJ"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "postalCode": "L3 2AJ"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2023-03-10T12:14:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-05-22T01:00:00+01:00",
            "endDate": "2023-09-29T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/655c31db-34d9-4b31-8a36-56a258987829",
                "datePublished": "2023-02-27T13:23:54Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2023-02-27T15:19:31Z"
            },
            {
                "id": "2",
                "description": "Additional information on how to apply for this contract",
                "url": "https://in-tendhost.co.uk/ljmu/aspx/"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-111057",
            "name": "Liverpool John Moores University",
            "identifier": {
                "legalName": "Liverpool John Moores University"
            },
            "address": {
                "streetAddress": "Hatton Garden, Liverpool",
                "locality": "Merseyside",
                "postalCode": "L3 2AJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Zakary Taylor",
                "email": "z.taylor@ljmu.ac.uk",
                "telephone": "07970771840"
            },
            "details": {
                "url": "http://www.ljmu.ac.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-111057",
        "name": "Liverpool John Moores University"
    }
}