Maintenance and Repair Contract for Fire Alarms
Maintenance and Repair Contract for Lot 1 Fire Alarms, Fire Extinguishing Systems, Intruder Alarms, Access Control, CCTV and Lot 2 Lift Installations.
United Kingdom-Lancaster: Repair and maintenance services
2016/S 126-226640
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Lancaster University
Bailrigg Campus
For the attention of: Jessica Mottershaw
LA1 4YW Lancaster
United Kingdom
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/lancaster/aspx/Home
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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 UKD
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)
Lot 1) Fire alarms, Fire Extinguishing Systems, intruder alarms, access control and CCTV equipment.
Lot 2) Lift Installations.
In addition, a price is requested for labour for call-outs and remedial works. The contract shall be for up to 5 years, subject to satisfactory performance.
II.1.6)Common procurement vocabulary (CPV)
50000000, 50750000, 31625200, 50610000, 31625100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1) Fire alarms, Fire Extinguishing Systems, Intruder Alarms, Access Control and CCTV Equipment.
Lot 2) Lift Maintenance.
This contract shall cover the servicing, maintenance and repair of the above systems.
In addition, a price is requested for labour for call-outs and remedial works.
All information can be found on the In-Tend Procurement Portal: https://in-tendhost.co.uk/lancaster/aspx/Home
Estimated value excluding VAT:
Range: between 900 000 and 1 500 000 GBP
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1: Fire Alarms, Fire Extinguishing Systems, Intruder Alarms, Access Control and CCTV Equipment
1)Short description
Lot 1) Fire alarms, Fire Extinguishing Systems, intruder alarms, access control and CCTV equipment.
This contract shall cover the servicing, maintenance and repair of the above systems.
In addition, a price is requested for labour for call-outs and remedial works.
All information can be found on the In-Tend Procurement Portal: https://in-tendhost.co.uk/lancaster/aspx/Home
2)Common procurement vocabulary (CPV)
50000000, 31625200, 50610000, 31625100
3)Quantity or scope
Range: between 600 000 and 1 000 000 GBP
Lot No: 2 Lot title: Lot 2: Lift Installations
1)Short description
Lot 2) Lift Installations
This contract shall cover the servicing, maintenance and repair of the above systems.
In addition, a price is requested for labour for call-outs and remedial works.
All information can be found on the In-Tend Procurement Portal: https://in-tendhost.co.uk/lancaster/aspx/Home
2)Common procurement vocabulary (CPV)
50750000
3)Quantity or scope
Range: between 300 000 and 500 000 GBP
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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
III.2.3)Technical capacity
Specific requirements will be detailed in the procurement documentation.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Specific requirements will be detailed in the procurement documentation.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Specific requirements will be detailed in the procurement documentation.
IV.2.1)Award criteria
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
Prior information notice
Notice number in the OJEU: 2016/S 112-199987
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 60 months, subject to satisfactory performance of successful tenderer.
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
University Secretary, Lancaster University
University House
LA1 4YW Lancaster
United Kingdom
Internet address: www.lancaster.ac.uk
VI.5)Date of dispatch of this notice:
Related Posts
Fire Risk Assessments Guildford
Fire Alarm Maintenance Tender Belfast
Fire Extinguishers Maintenance Sedgemoor