University of Essex: T454 Fire Alarm Maintenance

  University of Essex is using Delta eSourcing to run this tender exercise

Notice Summary
Title: T454 Fire Alarm Maintenance
Notice type: Contract Notice
Authority: University of Essex
Nature of contract: Services
Procedure: Restricted
Short Description: This tender is for a fixed price lump sum contract to carry out all that is specified within this document for the Maintenance and reactive repairs of the fire alarm system to include all auxiliary contacts / interfaces to communicate various alarms to the information centre for The University of Essex, Wivenhoe Park, Colchester, Essex. The period of the Contract shall be for three years from the date stated on the order to commence with the option of a further year with the agreement of both parties, based on rates and RPI at the time or mutually agreed rates. The Contract may be terminated at any time by the giving of three month’s notice in writing by one party to the other.
Published: 11/07/2013 15:48
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Colchester: Burglar and fire alarms.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      University of Essex
      Central Purchasing Unit (Estates Management Section), Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
      Tel. +44 1206872068, Fax. +44 1206872943, Email: procure@essex.ac.uk, URL: http://www.essex.ac.uk, URL: http://www.essex.ac.uk/purchasing/unrestricted/contracts.shtm
      Contact: Central Procurement Unit, Attn: Adrian Woodmore
      Electronic Access URL: https://www.delta-esourcing.com/delta/index.html
      Electronic Submission URL: https://www.delta-esourcing.com/delta/index.html

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Education

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: T454 Fire Alarm Maintenance
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKH3 - Essex         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Burglar and fire alarms. Repair and maintenance services of electrical building installations. This tender is for a fixed price lump sum contract to carry out all that is specified within this document for the Maintenance and reactive repairs of the fire alarm system to include all auxiliary contacts / interfaces to communicate various alarms to the information centre for The University of Essex, Wivenhoe Park, Colchester, Essex.

The period of the Contract shall be for three years from the date stated on the order to commence with the option of a further year with the agreement of both parties, based on rates and RPI at the time or mutually agreed rates. The Contract may be terminated at any time by the giving of three month’s notice in writing by one party to the other.
         
      II.1.6)Common Procurement Vocabulary:
         31625000 - Burglar and fire alarms.
            IA23-5 - Overhaul and repair
            DA16-9 - Non-domestic
            DA20-1 - On-site
            DA44-3 - Spare parts
            DA12-7 - Indoor
            DA42-7 - Including installation
            IA22-2 - Overhaul
         
         50711000 - Repair and maintenance services of electrical building installations.
            FB08-8 - For fire protection
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The University of Essex Campus Fire Alarms, Repair, Maintenance for an initial 3 years, with the option of a further 1 year.                  
         Estimated value excluding VAT:
         Range between: 150,000 and 220,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The University reserves the right to request Deposits, Guarantees or any other suitable form of relevant protection where deemed necessary.
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As detailed in the Tender documents.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The University requires all bidders to be a single legal entity.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The successful contractor must have clear identification whilst on site and follow the Universities Policies. Full information is within the PQQ.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      Full information is within the PQQ.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         Full information is within the PQQ.         
         Minimum Level(s) of standards possibly required:
         Full information is within the PQQ.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         
         Information and formalities necessary for evaluating if requirements are met:
         Full information is within the PQQ.         
         Minimum Level(s) of standards possibly required:
         Full information is within the PQQ.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 6         
         Objective Criteria for choosing the limited number of candidates:
         Full information is within the PQQ.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: T454      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 09/08/2013
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 12/08/2013
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 30/08/2013      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Burglar-and-fire-alarms./6VMZK594N4

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6VMZK594N4
GO-2013711-PRO-4947637 TKR-2013711-PRO-4947636
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      University of Essex
      Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
      Tel. +44 1206872068, Email: procure@essex.ac.uk, URL: www.essex.ac.uk/purchasing

      VI.4.2)Lodging of appeals: The University will allow a 10 day standstill as detailed within the European Regulations following the award stage.   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 11/07/2013

ANNEX A

View any Notice Addenda

View Award Notice