Section one: Contracting authority
one.1) Name and addresses
University of Chester
Parkgate Road,
Chester
CH1 4BJ
Contact
Procurement Services
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://in-tendhost.co.uk/universityofchester
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/universityofchester
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/universityofchester
Tenders or requests to participate must be submitted to the above-mentioned address
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
Provision of Maintenance Services for Fire Alarm Systems and Fire Extinguishers to the University of Chester
Reference number
2022-Feb-04
two.1.2) Main CPV code
- 50413200 - Repair and maintenance services of firefighting equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The University of Chester is seeking tenders through the 2 Stage Restricted Tender Procedure under The Public Contracts Regulations 2015 and The Public Procurement (Amendment etc.) (EU Exit) Regulations 2020 for the Provision of Maintenance Services for Fire Alarm Systems and Fire Extinguishers.The University of Chester needs to ensure it is compliant with legislation and most importantly has assurance on the continual and reliable operation of its equipment, for the protection of its staff, students, tenants and other personnel. The University therefore requires Service Providers to supply the following maintenance services for its Fire Alarm Systems and Fire Extinguishers, in 2 Tender Lots (as detailed below): • Proactive Planned Maintenance Service Visit services - proactive planned inspection, testing and maintenance (Lot 1 and Lot 2)• Minor Repair or Replacement – services undertaken at the time of but in addition to the Proactive Planned Maintenance Service Visit services
two.1.5) Estimated total value
Value excluding VAT: £1,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 – Fire Alarm Systems Maintenance
Lot No
1
two.2.2) Additional CPV code(s)
- 31625000 - Burglar and fire alarms
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Fire Alarm Systems Maintenance
two.2.5) Award criteria
Quality criterion - Name: Quality Evaluation / Weighting: 50%
Cost criterion - Name: Pricing Evaluation / Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The initial contract is for 3 years with a review after each year and an option to extend for a further 2 periods of 12 months
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Detailed within the tender documents.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 – Fire Extinguisher Maintenance
Lot No
2
two.2.2) Additional CPV code(s)
- 35111300 - Fire extinguishers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Fire Extinguisher Maintenance
two.2.5) Award criteria
Quality criterion - Name: Quality Evaluation / Weighting: 50%
Cost criterion - Name: Pricing Evaluation / Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The initial contract is for 3 years, with a review after each year and an option to extend for a further 2 periods of 12 months
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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
Originally published as:
Date
16 March 2022
Local time
10:00am
Changed to:
Date
17 March 2022
Local time
10:00am
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
19 April 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
University of Chester
Parkgate Road
Chester
CH1 4BJ
Country
United Kingdom