Coventry & Warwickshire Partnership Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Fire Detection Service & Maintenance |
Notice type: | Contract Notice |
Authority: | Coventry & Warwickshire Partnership Trust |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The work shall meet current regulatory standards and comprise of the statutory servicing, testing, Inspection and repair of fire alarm systems to premises owned, leased or occupied by the Coventry & Warwickshire Partnership NHS Trust. |
Published: | 07/10/2019 15:15 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Coventry & Warwickshire Partnership NHS Trust
Wayside House, Wilsons Lane, Coventry, CV6 6NY, United Kingdom
Tel. +44 2476536785, Email: christopher.dobson@covwarkpt.nhs.uk
Contact: Christopher Dobson
Main Address: https://www.covwarkpt.nhs.uk/, Address of the buyer profile: http://covwark.g2b.info/
NUTS Code: UKG
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://www.delta-esourcing.com/tenders/UK-UK-Coventry:-Fire-detection-systems./7395JP3X63
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/7395JP3X63 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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Fire Detection Service & Maintenance
Reference Number: E34
II.1.2) Main CPV Code:
31625100 - Fire-detection systems.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The work shall meet current regulatory standards and comprise of the statutory servicing, testing, Inspection and repair of fire alarm systems to premises owned, leased or occupied by the Coventry & Warwickshire Partnership NHS Trust.
II.1.5) Estimated total value:
Value excluding VAT: 160
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
45312100 - Fire-alarm system installation work.
II.2.3) Place of performance:
UKG WEST MIDLANDS (ENGLAND)
II.2.4) Description of procurement: The work shall meet current regulatory standards and comprise of the statutory servicing, testing, Inspection and repair of fire alarm systems to premises owned, leased or occupied by the Coventry & Warwickshire Partnership NHS Trust.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 160
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
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
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:
Not Provided
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: Yes
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: 06/11/2019 Time: 10:00
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): 48
IV.2.7) Conditions for opening of tenders:
Date: 06/11/2019
Time: 10:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
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-Coventry:-Fire-detection-systems./7395JP3X63
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7395JP3X63
VI.4) Procedures for review
VI.4.1) Review body:
Coventry & Warwickshire Partnership NHS Trust
Wayside House, Wilsons Lane, Coventry, CV6 6NY, United Kingdom
Tel. +44 2476536785
VI.4.2) Body responsible for mediation procedures:
Not provided
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: 07/10/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Coventry & Warwickshire Partnership NHS Trust
Wayside House, Wilsons Lane, Coventry, CV6 6NY, United Kingdom
Tel. +44 2476536785, Email: christopher.dobson@covwarkpt.nhs.uk
Contact: Christopher Dobson
Main Address: https://www.covwarkpt.nhs.uk/, Address of the buyer profile: http://covwark.g2b.info/
NUTS Code: UKG
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:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Fire Detection Service & Maintenance
Reference number: E34
II.1.2) Main CPV code:
31625100 - Fire-detection systems.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The work shall meet current regulatory standards and comprise of the statutory servicing, testing, Inspection and repair of fire alarm systems to premises owned, leased or occupied by the Coventry & Warwickshire Partnership NHS Trust.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 65,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
45312100 - Fire-alarm system installation work.
II.2.3) Place of performance
Nuts code:
UKG - WEST MIDLANDS (ENGLAND)
Main site or place of performance:
WEST MIDLANDS (ENGLAND)
II.2.4) Description of the procurement: The work shall meet current regulatory standards and comprise of the statutory servicing, testing, Inspection and repair of fire alarm systems to premises owned, leased or occupied by the Coventry & Warwickshire Partnership NHS Trust.
II.2.5) Award criteria:
Not Provided
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: Yes
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: E34
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/01/2020
V.2.2) Information about tenders
Number of tenders received: 12
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 12
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Sunfish Services
Unit 2A Station Yard, Station Road, Melbourne, Derbyshire, Melbourne, DE73 8HJ, United Kingdom
Email: john.battersby@sunfishservices.com
NUTS Code: UKG
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: 65,000
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=467957747
VI.4) Procedures for review
VI.4.1) Review body
Coventry & Warwickshire Partnership NHS Trust
Wayside House, Wilsons Lane, Coventry, CV6 6NY, United Kingdom
Tel. +44 2476536785
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: 28/01/2020