Supply and Maintenance of Fire Alarm Systems London
The Houses of Parliament (HoP) require to upgrade the Automatic Fire Detection (AFD) and Voice Alarm Systems (VAS) for approximately 15 buildings on the Parliamentary Estate.
United Kingdom-London: Fire-alarm systems
2015/S 046-078691
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Corporate Officer of the House of Lords and Corporate Officer of the House of Commons
1 Floor, 7 Millbank
Contact point(s): Business Support Team, https://in-tendhost.co.uk/parliamentuk/aspx/Home
SW1P 3JA London
UNITED KINGDOM
Telephone: +44 2072191600
E-mail: ppcs@parliament.uk
Fax: +44 2072191600
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/parliamentuk/aspx/Home
Address of the buyer profile: https://in-tendhost.co.uk/parliamentuk/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.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
Supplies
NUTS code UKI1
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)
The Parliamentary Estate is protected by AFD and VAS in varying stages of their lifecycle. Improvement projects within a wider programme of work, some aligning with general refurbishment projects, are being developed to upgrade these systems.
The purpose of this particular Contract Opportunity is to approach the AFD and VAS market with a view to selecting a suitable supplier to standardise hardware and software across the whole estate and achieve more efficient supply, working, and operation of the systems.
Products offered as a solution will be current and be supported with a commitment to maintaining that product as a current and/or available offering within an agreed cost structure for the period of the contract.
It is envisaged that a supply contract may run for a period of up to a maximum of 10 years save that the HoP shall reserve a right to terminate the contract at intermediate points to be specified within the maximum contract period. The initial contract period is anticipated to be 7 years with options to extend on 1 or more occasions to a maximum of a further 3 years. The estimated value of the supply element is 8 000 000 GBP and 12 000 000 GBP.
An initial maintenance contract is anticipated to be 4 years in the first instance with options to extend 1 or more occasions to a maximum of a further 6 years.
The estimated value of maintenance at 2 400 000 GBP is a cumulative total rising from 0 GBP in year 1.
A supplier of such systems to the HoP is expected to be able to deliver a solution which offers:
— An outline design suitable for the whole estate;
— Continuity of supply for a period of up to 10 years;
— Confidence as to ongoing product support, operation, maintenance, and resilience into the future from the point of supply, whether year 1 or subsequent periods of the supply contract;
— A demonstrable commitment that the installed hardware and software will be supported for the expected working life of the system once installed;
— A contract for the supply of a solution on pre-agreed terms that may be installed either by the supplier and/or other contractors appointed by the HoP;
— Scope for working with the HoP project designers;
— Open communication protocols that provide the ability to connect to site management operation software and other third party systems such as Lift, Building Management, Security, CCTV, and Access Control Systems;
— The ability to interface with installed plant/machinery and other fire related equipment /systems to effect controlled actions in the event of an incident;
— Be able to meet the HoP requirements for resilience and redundant operation whilst providing overall lifecycle value for money;
— Flexibility in procuring ongoing maintenance;
The level of annual spend under the contract may vary above or below an estimated pro-rata value of 800 000 GBP to 1 250 000 GBP per annum. Level of spend will be dependent upon progression of the wider programme of work. At these anticipated levels of annual spend the HoP considers this contract opportunity to be suitable to receive Applications to Participate from Small and Medium Size Enterprises (SME’s).
The Houses of Parliament is accredited by Citizens UK (CUK) as London Living Wage Employers. It agrees to ensure that contracted staff and sub-contracted staff working on its premises are paid at least the LLW subject to the terms of the licence. More generally, the Authority is committed to ensuring the welfare of staff who provide services to it and the maintenance of a motivated and stable workforce. The Authority believes that payment of the LLW is one way to meet this obligation.
II.1.6)Common procurement vocabulary (CPV)
31625200, 48952000, 50700000, 31625100
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:
Range: between 10 400 000 and 14 400 000 GBP
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants are required to complete a pre-qualification questionnaire. This may be obtained from the following website http://in-tendhost.co.uk/parliamentuk/ as described at III.2.3 and must be completed and returned by the deadline given at IV.3.4 below. The pre-qualification questionnaire shall include, but not be limited to, the matters detailed under clauses III.2.2 and III.2.3 below.
III.2.2)Economic and financial ability
Economic and financial capacity — means of proof required. As stated in the documentation.
III.2.3)Technical capacity
The Pre-Qualification Questionnaire will be accessible at the following website http://in-tendhost.co.uk/parliamentuk To be able to access these documents you will need to select the above quoted tender in the current tenders list, click on the view tender details and express interest by clicking on the button provided. Afterwards, you will need to register your company details, thereafter you will be issued with a username and password. If you have already registered with In-Tend previously, please follow the link shown, this will redirect you to the home page where you can log on using your existing username and password to collect the tender documents. If you have registered and have forgotten your username and password, please click on the forgotten password link on the In-Tend homepage. Please keep this username and password secure, and do not pass it to any third parties. If you are experiencing problems, then please contact the In-Tend help desk via e-mail: support@in-tend.com or call +44 8442728810 for further assistance. Please ensure that you allow yourself plenty of time when responding to this invitation to tender prior to the closing date as in in IV.3.4. If you are uploading multiple documents you will have to individually load 1 document at a time or you can opt to zip all the documents in an application like WinZip or WinRar.Minimum level(s) of standards possibly required: As stated in the PQQ.
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
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
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.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Corporate Officer of the House of Lords and Corporate Officer of the House of Commons
1 Floor, 7 Millbank
SW1P 3JA London
UNITED KINGDOM
E-mail: ppcs@parliament.uk
VI.5)Date of dispatch of this notice: