National Audit Office: Fire Detection and Alarm System Replacement for NAO

  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
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-London: Fire-alarm system installation work.
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


View any Notice Addenda

View Award Notice