Fire Alarm System Maintenance Contract Wakefield
Fire Alarm System Maintenance Contract – Weekly Inspection and Testing – Lot No: 1.
United Kingdom-Wakefield: Fire-alarm systems
2018/S 231-528019
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Sterile Services Building, Pinderfields Hospital, Aberford Road
Wakefield
WF1 4DG
United Kingdom
Contact person: Supplies Department
Telephone: +44 1924543195
E-mail: nikki.woodhead@midyorks.nhs.uk
Fax: +44 1924543201
NUTS code: UKE45
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Fire Alarm System Maintenance Contract
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Authority is in possession of a wide variety of fire alarm systems and associated equipment. This contract aims to consolidate the provision of maintenance for these systems and associated equipment. Full details of the requirements are available in the specification contained within the tender documents available to download from https://in-tendhost.co.uk/midyorks
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1 only, Lot 2 only, Lot 3 only, Lots 1 and 2 only, Lots 1 and 3 only, Lots 2 and 3 only, Lots 1, 2 and 3.
II.2.1)Title:
Fire Alarm System Maintenance Contract — Weekly Inspection and Testing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The service is required mainly within the Dewsbury and Wakefield Districts, but at times may extend beyond.
II.2.4)Description of the procurement:
The Authority is in possession of a wide variety of fire alarm systems and associated equipment. This contract aims to consolidate the provision of maintenance for these systems and associated equipment. Lot 1 is for the weekly maintenance of fire alarm systems
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract may be extended for 2 further periods of 12 months at the sole discretion of The Mid Yorkshire Hospitals NHS Trust
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Fire Alarm System Maintenance Contract — Quarterly Inspection and Testing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The service is required mainly within the Dewsbury and Wakefield districts, but at times may extend beyond.
II.2.4)Description of the procurement:
The Authority is in possession of a wide variety of fire alarm systems and associated equipment. This contract aims to consolidate the provision of maintenance for these systems and associated equipment. Lot 2 is for the quarterly inspection and testing. The Contractor shall attend each site, on a 3 – monthly basis, to inspect and test the fire alarm system. The Contractor shall undertake the first quarterly inspection and test within one month of Contract commencement.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract may be extended for 2 further periods of 12 months at the sole discretion of the Mid Yorkshire Hospitals NHS Trust.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
Fire Alarm System Maintenance Contract — Responsive Maintenance/Annual and Miscellaneous Testing and Inspections
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The service is required mainly within the Dewsbury and Wakefield Districts, but at times may extend beyond.
II.2.4)Description of the procurement:
The Authority is in possession of a wide variety of fire alarm systems and associated equipment. This contract aims to consolidate the provision of maintenance for these systems and associated equipment. Lot 3 is for the responsive maintenance/annual and miscellaneous testing and Inspections. The Contractor shall ensure attendance at works requiring responsive maintenance within 3 hours of notification and complete those works within 24 hours of notification.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Contract may be extended for 2 further periods of 12 months at the sole discretion of the Mid Yorkshire Hospitals NHS Trust.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As detailed in the tender documentation, full unrestricted access via https://in-tendhost.co.uk/midyorks
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Pinderfields Hospital, Aberford Road
Wakefield
WF1 4DG
United Kingdom
VI.4.3)Review procedure
VI.5)Date of dispatch of this notice: