Section one: Contracting authority
one.1) Name and addresses
University of Ulster
Block X Room X031, Cromore Road
Coleraine
BT52 1SA
Telephone
+44 2870123456
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
one.1) Name and addresses
Queen's University Belfast
University Road
Belfast
BT7 1NN
Country
United Kingdom
Region code
UKN - Northern Ireland
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
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 Safety Equipment Maintenance Services
Reference number
Project_26906
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
Fire Safety Equipment Maintenance Services
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £353,688.56
two.2) Description
two.2.2) Additional CPV code(s)
- 44482000 - Fire-protection devices
- 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
This contract is for Fire Safety Equipment Maintenance Services to Queen’s University Belfast (‘Queen’s’) and University of Ulster (branded as Ulster University - ‘UU’) (hereafter jointly referred to as the “Client” unless otherwise stated). The terms of the Contract will apply to both Queen's and UU unless otherwise stated; and each university will function as an independent organisation following award of a contract.
The scope of Contract includes the following:
• Supply and delivery of Portable Fire Safety Equipment including Fire Extinguishers, Fire Buckets and Fire Blankets;
• Supply and delivery of fixed fire safety equipment including Hose Reels (UU only), Ancillary Safety Equipment including Firetrace, Jewel Saffire, Kitchensafe, Ceasefire and Ansul Fire Suppression systems.
• Fire signage for new fire safety equipment.
• Evacuation Aids/Chairs supplies and maintenance (for UU only).
• Planned Preventative Maintenance (PPM) for Portable Firefighting Equipment and Fixed Firefighting Systems (Dry Risers, Fire Hydrants & Foam Inlet Piping).
• Reactive maintenance services - 24-hour, 365-day a year callout and repair service.
• Provision of training in the use of Firefighting Equipment including Training Simulator.
two.2.5) Award criteria
Quality criterion - Name: Resource Management / Weighting: 7.5%
Quality criterion - Name: Mobilisation and Health & Safety / Weighting: 5%
Quality criterion - Name: PPM Service Delivery / Weighting: 10%
Quality criterion - Name: Reactive Maintenance Service Delivery / Weighting: 2.5%
Quality criterion - Name: Portable Fire Safety Training Service Delivery / Weighting: 5%
Quality criterion - Name: Social Value / Weighting: 10%
Cost criterion - Name: Price / Weighting: 60%
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 twenty four (24) 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.1.7 includes the initial 3 year contract period and the option to extend the contract for any periods up to and including 24 months.
This call-off contract was awarded following a further competition as provided for under the CPD framework agreement ID 1544218 Collaborative Fire Fighting Equipment and Associated Service - Lot 2.
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.2.1) Previous publication concerning this procedure
Notice number: 2019/S 115-282716
Section five. Award of contract
Contract No
project_26906
Title
Fire Safety Equipment Maintenance Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 April 2023
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
D B McLarnon Fire Protection Agency Ltd
Unit 44 Work West Industrial Estate, 301 Glen Road
Belfast
BT11 8BU
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
National registration number
NI630113
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £353,688.56
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section six. Complementary information
six.3) Additional information
It is anticipated the call-off contract will commence on 1 May 2023.
The Client cannot give any guarantee as to the future value or volume of business awarded through this contract. The Client reserves the right to modify this contract, under Regulation 72(1)(a) of the Public Contract Regulations 2015, in events of higher or lower spend necessitated by unexpected occurrences.
In the event any subsequent Contract is terminated in accordance with the provisions of the terms and conditions, the Client 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 Client 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 Client 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 Public Contracts Regulations 2015 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).