National Audit Office is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Fire Detection and Alarm System Replacement for NAO |
Notice type: | Contract Notice |
Authority: | National Audit Office |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | A works contract for the provision of a replacement Fire Detection and Alarm System for the National Audit Office. The estimated contract value in this notice excludes VAT. |
Published: | 22/11/2023 09:32 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
National Audit Office
157-197 Buckingham Palace Road, Victoria, London, SW1W 9SP, United Kingdom
Tel. +44 20777987000, Email: NAO.Procurement@nao.org.uk
Contact: NAO Central Procurement Team
Main Address: https://www.nao.org.uk/, Address of the buyer profile: https://login.bipsolutions.com/cas/login
NUTS Code: UK
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-London:-Fire-alarm-system-installation-work./S58P5J2KXV
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Fire Detection and Alarm System Replacement for NAO
Reference Number: CPT_23_03
II.1.2) Main CPV Code:
45312100 - Fire-alarm system installation work.
II.1.3) Type of contract: WORKS
II.1.4) Short description: A works contract for the provision of a replacement Fire Detection and Alarm System for the National Audit Office.
The estimated contract value in this notice excludes VAT.
II.1.5) Estimated total value:
Value excluding VAT: 500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
31625000 - Burglar and fire alarms.
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
35121700 - Alarm systems.
45312100 - Fire-alarm system installation work.
79711000 - Alarm-monitoring services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The provider will be responsible for the design, supply, installation, commissioning, testing & handover services in relation to the replacement fire detection and alarm system, and the strip-out of existing fire system services as detailed in the Contract Requirements and Specification of Works (documents can be accessed via the link at I.3 Communication above).
The Award Criteria can be found in the procurement documents (documents can be accessed via the link at I.3 Communication above).
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality Questions / Weighting: 60
Price - Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
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:
In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, applicants will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire.
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.2.2) Contract performance conditions
Please refer to the Invitation to Tender Documents for further details.
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: 2023/S 000 - 000001
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/01/2024 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: 17/01/2024
Time: 12:00
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 No
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-London:-Fire-alarm-system-installation-work./S58P5J2KXV
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S58P5J2KXV
VI.4) Procedures for review
VI.4.1) Review body:
The High Court of Justice
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).
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: 22/11/2023
Annex A