Testing and Maintenance of Fire Alarm Systems Leicester
Housing alarms (intruder, fire) and emergency lighting.
United Kingdom-Leicester: Electrical installation work
2016/S 034-054392
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leicester City Council
4th Floor Rutland Wing, City Hall, 115 Charles Street
For the attention of: Miss Izabela Skowronek
LE1 1FZ Leicester
UNITED KINGDOM
Telephone: +44 1164542319
E-mail: izabela.skowronek@leicester.gov.uk
Internet address(es):
General address of the contracting authority: http://www.leicester.gov.uk
Electronic access to information: https://procontract.due-north.com/Opportunities/Index?resetFilter=True
Further information can be obtained from: Leicester City Council
4th Floor Rutland Wing, City Hall, 115 Charles Street
For the attention of: Miss Izabela Skowronek
LE1 1FZ Leicester
UNITED KINGDOM
Telephone: +44 1164542319
E-mail: izabela.skowronek@leicester.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Leicester City Council
4th Floor Rutland Wing, City Hall, 115 Charles Street
For the attention of: Miss Izabela Skowronek
LE1 1FZ Leicester
UNITED KINGDOM
Telephone: +44 1164542319
E-mail: izabela.skowronek@leicester.gov.uk
Tenders or requests to participate must be sent to: EastMidsTenders (https://procontract.due-north.com/Opportunities/Index?resetFilter=True) Only electronic submissions accepted
UNITED KINGDOM
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
Design and execution
NUTS code UKF2,UKF21
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 000 000 and 5 000 000 GBP
Frequency and value of the contracts to be awarded: Due to reactive nature of the works this cannot be quantified at this stage.
II.1.5)Short description of the contract or purchase(s)
(a) Routine testing maintenance of fire alarm systems.
(b) Routine testing and maintenance of intruder alarm systems.
(c) Routine testing and maintenance of secondary emergency lighting installations.
(d) Routine testing and verification of operation of external monitoring of intruder alarm systems and fire alarm systems. Produce a full asset register and location drawings of all installed intruder alarm, fire alarm and secondary lighting items for each establishment.
(e) Produce a full asset register and location drawings of all installed intruder alarm, fire alarm and secondary lighting items for each establishment.
II.1.6)Common procurement vocabulary (CPV)
45310000, 35121700, 45312200, 45312100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
(a) Routine testing maintenance of fire alarm systems.
(b) Routine testing and maintenance of intruder alarm systems.
(c) Routine testing and maintenance of secondary emergency lighting installations.
(d) Routine testing and verification of operation of external monitoring of intruder alarm systems and fire alarm systems. Produce a full asset register and location drawings of all installed intruder alarm, fire alarm and secondary lighting items for each establishment.
(e) Produce a full asset register and location drawings of all installed intruder alarm, fire alarm and secondary lighting items for each establishment.
II.2.2)Information about options
Description of these options: The proposed Framework Agreement will be for two (2) years with an option to extend for additional one plus one (1+1) years. Any extension will be at the sole discretion of the Authority.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
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.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
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 the tender documentation.
III.2.3)Technical capacity
Please refer to the tender documentation.
Minimum level(s) of standards possibly required:
Please refer to the tender documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)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
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
City Barrister and Head of Standards
Leicester City Council, 16 New Walk
LE1 6UB Leicester
UNITED KINGDOM
VI.5)Date of dispatch of this notice: