Section one: Contracting authority
one.1) Name and addresses
University of Ulster
Block X Room X031, Cromore Road
Coleraine
BT52 1SA
Telephone
+44 2870123760
Country
United Kingdom
NUTS code
UKN - Northern Ireland
National registration number
NIC100166
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
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
Fire Dampers Maintenance Services
Reference number
project_26702/ itt_36202
two.1.2) Main CPV code
- 50222100 - Repair and maintenance services of dampers
two.1.3) Type of contract
Services
two.1.4) Short description
Fire Dampers Maintenance Services
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35111500 - Fire suppression system
- 45343000 - Fire-prevention installation works
- 50413200 - Repair and maintenance services of firefighting equipment
- 50700000 - Repair and maintenance services of building installations
- 51700000 - Installation services of fire protection equipment
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
The Contractor shall deliver Fire Damper Maintenance Services including:
• Planned Preventative Maintenance (PPM): annual inspection and testing of each Fire Damper; and reporting on the condition of each individual Fire Damper.
• The maintenance and annual certification of Fire Damper Control Panels.
• Remedial Repairs: where remedial actions are identified by the Contractor to address a non-compliant Fire Damper, the Contractor will submit a quotation for carrying out the repairs. Where agreed with the University, the Contractor will provide Remedial Repairs including parts and installation.
• Unscheduled Callouts: the Contractor may be required to respond to unscheduled call-outs where required.
In this Contract the term Fire Damper relates to both Curtain Fire Dampers and Motorised Smoke Fire Dampers (MSFDs).
Tenderers should note the University reserves the right to procure Remedial Repairs via stand-alone procurements outside this Contract where the following may apply:
1. The annual estimated annual value of the Remedial Repairs identified by the Contractor is £30,000 or greater; or
2. The Remedial Repairs identified by the Contractor require the Contractor to subcontract a building works subcontractor for structural works where required.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £695,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated the contract will be for three (3) years initially, with an option to extend for any periods up to and including thirty six (36) 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
two.2.14) Additional information
The estimated total value stated above in Section II.2.6 includes the initial 3 year contract period and the option to extend the contract for any periods up to and including 36 months.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents.
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
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
12 April 2022
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 April 2022
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
In the event any subsequent Contract is terminated in accordance with the provisions of the terms and conditions, the University reserves the right to offer the second ranked Tenderer in this tender, the opportunity to enter into a contract, provided the original terms (including price) offered by that Tenderer remain unchanged from those originally offered by that Tenderer during the course of this tender. Should this not be the case and/or the second ranked Tenderer declines, the University reserves the right to approach the next ranked Tenderer in turn on the same basis. This will continue until all ranked Tenderers have been exhausted or if the University determines, at its sole discretion, to retender. This right will exist throughout the initial contract period.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
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. 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 (as amended) 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 (Northern Ireland).