Tender

(NU/1752) - Upgrade or Replacement, and Maintenance, of a Fire Alarm Monitoring System

  • University of Newcastle upon Tyne t/a/ Newcastle University

F02: Contract notice

Notice identifier: 2022/S 000-003149

Procurement identifier (OCID): ocds-h6vhtk-0312e8

Published 3 February 2022, 2:30pm



Section one: Contracting authority

one.1) Name and addresses

University of Newcastle upon Tyne t/a/ Newcastle University

King's Gate

Newcastle upon Tyne

NE1 7RU

Contact

Mr Steven Hogg

Email

steven.hogg@ncl.ac.uk

Telephone

+44 1912086680

Country

United Kingdom

NUTS code

UKC22 - Tyneside

Internet address(es)

Main address

https://www.ncl.ac.uk

Buyer's address

https://www.ncl.ac.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=56bc0c67-f784-ec11-8110-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=56bc0c67-f784-ec11-8110-005056b64545

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

(NU/1752) - Upgrade or Replacement, and Maintenance, of a Fire Alarm Monitoring System

Reference number

DN595850

two.1.2) Main CPV code

  • 50711000 - Repair and maintenance services of electrical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

The University wishes to appoint a suitable Contractor to upgrade or replace the eBMS system, to an agreed plan and programme, resulting in a single fire alarm monitoring system to allow users to control and monitor all the fire alarm systems in the building or Campus as well as providing an open platform for integration of other systems on site.

To include but not limited to:

• maintaining both the existing systems whilst upgrading eBMS to CrossTalk 3, or replacing the eBMS system;

• migrating the Bold system to the new fire alarm monitoring system;

• interfacing the new system directly with Planon to allow defects to be raised automatically direct to the fire alarm service company without the need for helpdesk intervention;

• interfacing the new system directly with CCTV and intruder alarm systems / security software;

• developing the new system to raise an automatic defect request to service providers or internal teams for all alarms;

• maintenance and expansion of the new fire alarm monitoring system;

• Provision of training and system/user documentation in Microsoft Office and PDF formats.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 45312100 - Fire-alarm system installation work

two.2.3) Place of performance

NUTS codes
  • UKC22 - Tyneside

two.2.4) Description of the procurement

The University wishes to appoint a suitable Contractor to upgrade or replace the eBMS system, to an agreed plan and programme, resulting in a single fire alarm monitoring system to allow users to control and monitor all the fire alarm systems in the building or Campus as well as providing an open platform for integration of other systems on site.

To include but not limited to:

• maintaining both the existing systems whilst upgrading eBMS to CrossTalk 3, or replacing the eBMS system;

• migrating the Bold system to the new fire alarm monitoring system;

• interfacing the new system directly with Planon to allow defects to be raised automatically direct to the fire alarm service company without the need for helpdesk intervention;

• interfacing the new system directly with CCTV and intruder alarm systems / security software;

• developing the new system to raise an automatic defect request to service providers or internal teams for all alarms;

• maintenance and expansion of the new fire alarm monitoring system;

• Provision of training and system/user documentation in Microsoft Office and PDF formats.

Fire alarm monitoring is currently carried out on two different systems, the Tyrrell eBMS system and the Chubb Bold system. Over a period of time we have been migrating from Bold to eBMS.

Both the Bold and eBMS systems are now out dated and require urgent upgrade or replacement, because Bold has been unsupported for a number of years and the front end sits on a stand-alone pc with an outdated operating system that is now also unsupported; eBMS has two servers located in the University data centre, however the software is not an enterprise business solution; Tyrrell has recently superseded eBMS with their next generation system, CrossTalk 3.

It is envisaged that an upgraded or new system will provide better integration / automation with other systems to improve safety management and control, and resource efficiencies for the University:

• The system will be loaded onto virtual servers and addresses the NUIT requirements for Enterprise software.

• The system should interface directly with a large number of alarm systems and other security software such as CCTV and intruder alarms; it should also interface with Planon, E&F’s current Computer Aided Facilities Management (CAFM) system.

• All alarms routed to the system from building management systems should also raise an automatic defect request to service providers or internal teams.

A smooth changeover of equipment and systems is required to make sure that monitoring continues to operate correctly and that there will be no down time or risk to business through a failure to maintain alarm delivery.

The University is relying on Contractor's expertise and knowledge of the appropriate systems and hardware to identify all requirements and costs for the Contract.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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

The contract is expected to be renewed upon expiry or termination

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by one further period of 12 months

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 March 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

7 March 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.3) Additional information

Expressions of interest in this project can be made by registering via the University e-tender system at:

https://procontract.due-north.com/Login

The deadline for expressing an interest is 2nd March 2022 12pm

six.4) Procedures for review

six.4.1) Review body

University of Newcastle upon Tyne t/a Newcastle University

Newcastle upon Tyne

NE1 7RU

Email

steven.hogg@ncl.ac.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The University will incorporate a standstill period at the point information on the award of the

contract is communicated to tenderers. That notification will provide full information on the

award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who

have been harmed or are at risk of harm by a breach of the rules to take action in the High

Court (England, Wales and Northern Ireland) within 30 days of knowledge or constructive

knowledge of breach.