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 |
View Full Notice
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
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