Fire Alarm Maintenance Tender Belfast
Queen’s University Belfast (hereafter referred to as the University or QUB) would like to appoint a Contractor for the provision of Fire Alarm Maintenance Services.
United Kingdom-Belfast: Fire-alarm systems
2016/S 122-219390
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Queen’s University Belfast
Procurement Office, University Road
For the attention of: Louise Taggart
BT7 1NN Belfast
United Kingdom
Telephone: +44 2890973026
E-mail: l.taggart@qub.ac.uk
Internet address(es):
General address of the contracting authority: www.qub.ac.uk
Address of the buyer profile: http://www.qub.ac.uk/po
Further information can be obtained from: Queen’s University Belfast
United Kingdom
Internet address: https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Queen’s University Belfast
United Kingdom
Internet address: https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home
Tenders or requests to participate must be sent to: Queen’s University Belfast
United Kingdom
Internet address: https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
NUTS code UKN0
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
31625200, 45312100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The contract is for both planned and reactive maintenance of the University’s fire alarm systems, including portable alarm devices (radio pagers), emergency voice communication systems and also gaseous fire-extinguishing / suppression systems.
This contract is for the provision of Comprehensive Maintenance Package which includes planned preventative maintenance and testing and a reactive call-out service, where the cost of the time associated with all reactive call-outs during the hours of 8:00 to 17:00, Monday to Friday will be incorporated into the tendered price. The time associated with the reactive call-outs outside of these times (out of hours) will be charged on an individual basis. Materials for all reactive repairs are included within the contract and will be charged separately.
Estimated value excluding VAT: 450 000 GBP
II.2.2)Information about options
Description of these options: The appointment will initially be for 3 years with an optional additional 2 12-months extensions, subject to agreement and satisfactory performance.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 60 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
Description of particular conditions: Please refer to tender documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Please refer to tender documents.
III.2.3)Technical capacity
Please refer to tender documents.
Minimum level(s) of standards possibly required:
Please refer to tender documents.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Mobilisation and management plan. Weighting 15
2. Operational resource. Weighting 10
3. Relationship to equipment manufacturers. Weighting 5
4. Price. Weighting 70
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 36 – 60 months.
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice:
Related Posts
Fire Extinguishers Maintenance Sedgemoor
Maintenance Services for a Safe Environment
Fire Alarms and Emergency Lighting Servicing Norfolk
Fire Safety Equipment Maintenance Tender Derby