The University of Kent: Testing & Maintenance of Fire Dampers

  The University of Kent is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Testing & Maintenance of Fire Dampers
Notice type: Contract Notice
Authority: The University of Kent
Nature of contract: Services
Procedure: Open
Short Description: This tender is for Initial Phase Works which includes locating, labeling, asset recording, undertaking testing, remedial works and re-testing of all fire dampers within a three month period. The tender is also for the Periodical Testing and Maintenance of the Fire Dampers on an ongoing basis.
Published: 08/11/2017 15:32
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-Canterbury: Fire suppression system.
Section I: Contracting Authority
      I.1) Name and addresses
             The University of Kent
             The Registry, Canterbury, CT2 7NZ, United Kingdom
             Tel. +44 1227823061, Email: p.k.chakkar@kent.ac.uk
             Contact: Paula Chakkar
             Main Address: www.kent.ac.uk
             NUTS Code: UKJ4
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://kent.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://kent.delta-esourcing.com to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://kent.delta-esourcing.com
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Testing & Maintenance of Fire Dampers       
      Reference Number: PC17_002
      II.1.2) Main CPV Code:
      35111500 - Fire suppression system.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: This tender is for Initial Phase Works which includes locating, labeling, asset recording, undertaking testing, remedial works and re-testing of all fire dampers within a three month period. The tender is also for the Periodical Testing and Maintenance of the Fire Dampers on an ongoing basis.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: One or all Lots to any single contractor.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Initial Phase Work       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      35111500 - Fire suppression system.
      45343000 - Fire-prevention installation works.
      50413200 - Repair and maintenance services of firefighting equipment.
      51700000 - Installation services of fire protection equipment.
      
      II.2.3) Place of performance:
      UKJ4 Kent
      
      II.2.4) Description of procurement: See ITT
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical/Quality / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 3       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Periodical Testing and Maintenance of Fire Dampers       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      35111500 - Fire suppression system.
      45343000 - Fire-prevention installation works.
      50413200 - Repair and maintenance services of firefighting equipment.
      51700000 - Installation services of fire protection equipment.
      
      II.2.3) Place of performance:
      UKJ4 Kent
      
      II.2.4) Description of procurement: See ITT
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical/Quality / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: 2021
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      see ITT    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 11/12/2017 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 11/12/2017
         Time: 12:00
         Place:
         University of Kent
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2021
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Canterbury:-Fire-suppression-system./9D4EB8KMUE

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9D4EB8KMUE
   VI.4) Procedures for review
   VI.4.1) Review body:
             University of Kent
       The Registry, Canterbury, CT2 7NY, United Kingdom
       Tel. +44 1227764000, Email: procurement@kent.ac.uk
       Internet address: www.kent.ac.uk
   VI.4.2) Body responsible for mediation procedures:
             CEDR
          70 Fleet Street, London, EC4Y, United Kingdom
          Internet address: www.cedr.com
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 08/11/2017

Annex A


View any Notice Addenda

View Award Notice

UK-Canterbury: Fire suppression system.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The University of Kent
       The Registry, Canterbury, CT2 7NZ, United Kingdom
       Tel. +44 1227823061, Email: p.k.chakkar@kent.ac.uk
       Contact: Paula Chakkar
       Main Address: www.kent.ac.uk
       NUTS Code: UKJ4

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Testing & Maintenance of Fire Dampers            
      Reference number: PC17_002

      II.1.2) Main CPV code:
         35111500 - Fire suppression system.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This tender is for Initial Phase Works which includes locating, labeling, asset recording, undertaking testing, remedial works and re-testing of all fire dampers within a three month period. The tender is also for the Periodical Testing and Maintenance of the Fire Dampers on an ongoing basis.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 143,435.52
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Initial Phase Work   
      Lot No:1

      II.2.2) Additional CPV code(s):
            35111500 - Fire suppression system.
            45343000 - Fire-prevention installation works.
            50413200 - Repair and maintenance services of firefighting equipment.
            51700000 - Installation services of fire protection equipment.


      II.2.3) Place of performance
      Nuts code:
      UKJ4 - Kent
   
      Main site or place of performance:
      Kent
             

      II.2.4) Description of the procurement: See ITT

      II.2.5) Award criteria:
      Quality criterion - Name: Technical/Quality / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Periodical Testing and Maintenance of Fire Dampers   
      Lot No:2

      II.2.2) Additional CPV code(s):
            35111500 - Fire suppression system.
            45343000 - Fire-prevention installation works.
            50413200 - Repair and maintenance services of firefighting equipment.
            51700000 - Installation services of fire protection equipment.


      II.2.3) Place of performance
      Nuts code:
      UKJ4 - Kent
   
      Main site or place of performance:
      Kent
             

      II.2.4) Description of the procurement: See ITT

      II.2.5) Award criteria:
      Quality criterion - Name: Technical/Quality / Weighting: 60
                  
      Cost criterion - Name: Price / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: PC17_002    
   Lot Number: 1    
   Title: Fire Dampers Initial Survey, Testing and Remedial Works

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/01/2018

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 8 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Airmec (H20) Limited
             1360 Aztec West, Almondsbury, Bristol, BS32 4RX, United Kingdom
             NUTS Code: UKK11
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 38,933.52
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: PC_002    
   Lot Number: 2    
   Title: Testing & Maintenance of Fire Dampers

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/01/2018

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 8 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 8

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Airmec (H20) Limited
             1360 Aztec West, Almondsbury, Bristol, BS32 4RX, United Kingdom
             NUTS Code: UKK11
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 104,502
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=302479295

   VI.4) Procedures for review

      VI.4.1) Review body
          University of Kent
          The Registry, Canterbury, CT2 7NY, United Kingdom
          Tel. +44 1227764000, Email: procurement@kent.ac.uk
          Internet address: www.kent.ac.uk

      VI.4.2) Body responsible for mediation procedures
          CEDR
          70 Fleet Street, London, EC4Y, United Kingdom
          Internet address: www.cedr.com

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 13/02/2018