Contract

Fire Dampers Maintenance Services

  • University of Ulster

F03: Contract award notice

Notice identifier: 2022/S 000-015680

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

Published 7 June 2022, 4:22pm



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

NUTS code

UKN - Northern Ireland

National registration number

NIC100166

Internet address(es)

Main address

www.ulster.ac.uk

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

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.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £397,465.40

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 noncompliant 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

Quality criterion - Name: Methodology for PPM, Inspection, Testing and Reporting / Weighting: 12%

Quality criterion - Name: Methodology for Remedial Repairs / Weighting: 9%

Quality criterion - Name: Methodology for Health and Safety / Weighting: 6%

Quality criterion - Name: Resource Management / Weighting: 3%

Cost criterion - Name: Price / Weighting: 70%

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.1.7 includes the initial 3 year contract period and the option to extend the contract for any periods up to and including 36 months.


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: 2022/S 000-006645


Section five. Award of contract

Title

Fire Dampers Maintenance Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 June 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Harmony Fire Limited

Half Acre House Tintinhull Road, Chilthorne Domer, Somerset

Yeovil

BA22 8QX

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
National registration number

10427303

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £397,465.40

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section six. Complementary information

six.3) 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 36 months.

The University cannot give any guarantee as to the future value or volume of business awarded through this contract. The University 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.

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 incorporated a minimum 10 calendar days standstill period at the point information on award of the contract was communicated to tenderers. The standstill period provided time for tenderers to challenge the award decision before the contract was entered into. 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).