Tender

Fire Dampers Maintenance Services

  • University of Ulster

F02: Contract notice

Notice identifier: 2022/S 000-006645

Procurement identifier (OCID): ocds-h6vhtk-03208f

Published 10 March 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

University of Ulster

Block X Room X031, Cromore Road

Coleraine

BT52 1SA

Email

d.quinn@ulster.ac.uk

Telephone

+44 2870123760

Country

United Kingdom

NUTS code

UKN - Northern Ireland

National registration number

NIC100166

Internet address(es)

Main address

www.ulster.ac.uk

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).