Contract

Fire Safety Equipment Maintenance Services

  • University of Ulster
  • Queen's University Belfast

F03: Contract award notice

Notice identifier: 2023/S 000-010275

Procurement identifier (OCID): ocds-h6vhtk-03bd95

Published 7 April 2023, 10:21am



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 2870123456

Country

United Kingdom

Region code

UKN - Northern Ireland

Internet address(es)

Main address

www.ulster.ac.uk

one.1) Name and addresses

Queen's University Belfast

University Road

Belfast

BT7 1NN

Email

d.patton@qub.ac.uk

Country

United Kingdom

Region code

UKN - Northern Ireland

Internet address(es)

Main address

https://www.qub.ac.uk/

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).