Opportunity

Provision of a Fire Alarm Maintenance Measured Term Contract (MTC)

  • University of Strathclyde

F02: Contract notice

Notice reference: 2021/S 000-010879

Published 17 May 2021, 4:55pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

Email

kenneth.carlin@strath.ac.uk

Telephone

+44 1415484451

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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 a Fire Alarm Maintenance Measured Term Contract (MTC)

Reference number

UOS-14754-2019

two.1.2) Main CPV code

  • 51700000 - Installation services of fire protection equipment

two.1.3) Type of contract

Services

two.1.4) Short description

This Contract Notice relates to a project to establish the Provision of a Fire Alarm Maintenance Measured Term Contract (MTC) at the University of Strathclyde.

two.1.5) Estimated total value

Value excluding VAT: £777,000

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

Non-ADT Systems

Lot No

2

two.2.2) Additional CPV code(s)

  • 45312100 - Fire-alarm system installation work
  • 31625000 - Burglar and fire alarms
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 45343000 - Fire-prevention installation works
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

University of Strathclyde.

two.2.4) Description of the procurement

This lot is for the annual maintenance, inspection, testing and repairs to various security systems in academic buildings and residences across the campus estate, in addition to some outlying properties. Security systems include, but are not limited to:

-Fire alarm systems;

-EVCS;

-CO2 detection (battery operated and mains); and

-Gas extinguishing systems.

This lot requires, but is not limited to:

-Access to, knowledge and familiarity with a variety of different system manufacturers' fire detection systems software and hardware for main panels and devices including detectors, call points, sounders, relay I/O units etc.;

-Manufacturers include (but not limited to): Gent, Advanced, Ziton, Notifier, Moreley, and Apollo;

-Adding and removing devices from systems;

-System commissioning;

-Response to call-outs to faults (maximum 4 hour response time);

-Effectively diagnose faults, and effect expedient repair;

-Carry out minor works to systems including device removal/additions/relocation; and

-Knowledge and familiarity with Baldwin Boxall EVCS.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £287,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.

two.2.10) Information about variants

Variants will be accepted: No

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.2.14) Additional information

Economic operators may be excluded from the competition if they are in any of the situations referred to under 58 - Exclusion Grounds, of the Public Contracts (Scotland) Regulations 2015. Please see the ITT contained on the PCS-Tender project relevant to the procurement and the other Tender documents for further information.

two.2) Description

two.2.1) Title

ADT Systems

Lot No

1

two.2.2) Additional CPV code(s)

  • 45312100 - Fire-alarm system installation work
  • 31625000 - Burglar and fire alarms
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 45343000 - Fire-prevention installation works
  • 45343100 - Fireproofing work
  • 45343200 - Firefighting equipment installation work
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 45343220 - Fire-extinguishers installation work
  • 50413200 - Repair and maintenance services of firefighting equipment
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

University of Strathclyde.

two.2.4) Description of the procurement

This lot is for the annual maintenance, inspection, testing and repairs to various security systems in academic buildings and residences across the campus estate, in addition to some outlying properties. Security systems include, but are not limited to:

-Fire alarm systems;

-EVCS;

-CO2 detection (battery operated and mains); and

-Gas extinguishing systems.

This lot requires, but is not limited to:

-Access to, knowledge and familiarity with ADT fire detection systems software, and hardware for main panels and devices including detectors, call points, sounders, relay I/O units etc.;

-Adding and removing devices from systems;

-System commissioning;

-Response to call-outs to faults (maximum 4 hour response time);

-Effectively diagnose faults, and effect expedient repair;

-Carry out minor works to systems including device removal/additions/relocation; and

-Knowledge and familiarity with Baldwin Boxall EVCS.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £490,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion, and on a lot by lot basis.

two.2.10) Information about variants

Variants will be accepted: No

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.2.14) Additional information

Economic operators may be excluded from the competition if they are in any of the situations referred to under 58 - Exclusion Grounds, of the Public Contracts (Scotland) Regulations 2015. Please see the ITT contained on the PCS-Tender project relevant to the procurement and the other Tender documents for further information.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover

2. SPD (Scotland) Question 4B.5: Insurance Requirements

Minimum level(s) of standards possibly required

1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover

The bidder will be required to have a minimum average yearly turnover for the last 2 years for the following lots;

Lot 1: ADT Systems - GBP 490,000.00; and

Lot 2: Non-ADT Systems - GBP 287,000.00.

2. SPD (Scotland) Question 4B.5: Insurance Requirements

It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the types and levels of insurance indicated below, which are applicable to all lots;

SPD (Scotland) Question 4B.5.1a

Professional Risk Indemnity - maintain a minimum indemnity limit of GBP 2 million in respect of each claim, and without limit to the number of claims.

SPD (Scotland) Question 4B.5.1b

Employer's (Compulsory) Liability - maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims.

SPD (Scotland) Question 4B.5.2

Public Liability - maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims.

Product Liability - maintain a minimum indemnity limit of GBP 10 million in the aggregate.

Motor Vehicle Insurance - maintain a minimum indemnity limit of GBP 5 million for Property Damage, and unlimited in respect of Third Party Injury.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1. SPD (Scotland) Question 4C.1.2: Services

2. SPD (Scotland) Question 4C.6: Qualifications

3. SPD (Scotland) Question 4D.1: Quality Assurance Schemes

4. SPD (Scotland) Question 4D.2: Environmental Management Standards

Minimum level(s) of standards possibly required

1. SPD (Scotland) Question 4C.1.2: Services

Bidders will be required to provide examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.

The bidder should use the template provided for them to answer the Technical and Professional ability question 4C.1.2 of their SPD (Scotland) response.

The Tenderer must use this template to answer question 4C.1.2 of their SPD response.

The Tenderer MUST upload the completed document next to question 4C.1.2, DO NOT UPLOAD THIS DOCUMENT INTO THE “GENERAL ATTACHMENTS” AREA.

The below scoring methodology will be applied to the question;

Excellent response - 4

The response is comprehensive, unambiguous and demonstrates a thorough understanding of the question.

Good response - 3

The response is sufficiently detailed to demonstrate a good understanding of the question.

Acceptable response - 2

The response addresses a broad understanding of the question but lacks detail.

Poor response - 1

The response addresses some elements of the question but contains insufficient/limited detail or explanation.

Unacceptable (Nil or Inadequate response) - 0

Fails to demonstrate an ability to meet the requirement.

Requirement/Question:

For each lot that they are bidding for, the Tenderer must provide 3 examples from the past 3 years that demonstrates that they can fulfil the requirements outlined under the relevant lot description (II.2.4) (Description of the Procurement) within the Contract Notice. For example, if the Tenderer is bidding for both lots, then they must provide 3 examples for each, which totals as 6 examples.

This question will be scored by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied to each example. Please note, the Tenderer must score a minimum of 2 for each example, as per the scoring methodology, for the above question, otherwise their offer may be deemed non-compliant and will not be considered further.

2. SPD (Scotland) Question 4C.6: Qualifications

For the below lots, the bidder must hold the following professional and educational qualifications (or equivalent);

Lot 1: ADT Systems - Accreditation to the following is required:

- BAFE; and

Accreditation to one or more of the following is required:

-NSI Gold; and

-BSIA.

Lot 2: Non-ADT Systems

Accreditation to the following is required;

- A member of the 'Gent 24 Network of Approved System Integrators'; and

Accreditation to one or more of the following is required:

-NSI Gold; and

-BSIA.

3. SPD (Scotland) Question 4D.1: Quality Assurance Schemes

Due to restrictions placed upon the character count by the advertising portal, bidders should refer to the full detail provided within the document "Appendix E - Contract Notice Additional Information", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT on PCS-Tender (PCS-T). The bidder must meet the relevant minimum level(s) of standards set out.

4. SPD (Scotland) Question 4D.2: Environmental Management Standards

Due to restrictions placed upon the character count by the advertising portal, bidders should refer to the full detail provided within the document "Appendix E - Contract Notice Additional Information", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT on PCS- Tender (PCS-T). The bidder must meet the relevant minimum level(s) of standards set out.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Contract, please see the tender documents (details of how to access these being set out in section 1.3) Communication, of this Contract Notice.

The University of Strathclyde will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or subcontractors) to be jointly and severally liable for the performance of the

Contract (no matter the legal form taken by those entities in order to enter into the Contract).


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: 2021/S 000-007260

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 June 2021

Local time

12:00pm

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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

18 June 2021

Local time

12:00pm

Place

University of Strathclyde.

Information about authorised persons and opening procedure

University of Strathclyde Officers & Members.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

In line with 72 - Modification of Contracts during their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18380. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, the University of Strathclyde intends to include community benefit requirements. As part of your response within the Technical Envelope, bidders will be requested to commit to the delivery of community benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:652052)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contract (Scotland) Regulations 2015 (SSI2015/446)(as amended) may bring proceedings to the Sheriff Court or the Court of Session.