Opportunity

(NU/1717) - Upgrade or Replacement, and Maintenance, of a Fire Alarm Monitoring System

  • University of Newcastle upon Tyne t/a Newcastle University

F02: Contract notice

Notice reference: 2021/S 000-022273

Published 8 September 2021, 2:03pm



Section one: Contracting authority

one.1) Name and addresses

University of Newcastle upon Tyne t/a Newcastle University

King's Gate

Newcastle upon Tyne

NE1 7RU

Contact

Mr Steven Hogg

Email

steven.hogg@ncl.ac.uk

Country

United Kingdom

NUTS code

UKC22 - Tyneside

Internet address(es)

Main address

https://www.ncl.ac.uk

Buyer's address

https://www.ncl.ac.uk

one.3) Communication

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

https://procontract.due-north.com/login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/login

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

(NU/1717) - Upgrade or Replacement, and Maintenance, of a Fire Alarm Monitoring System

Reference number

DN568353

two.1.2) Main CPV code

  • 50711000 - Repair and maintenance services of electrical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

The University wishes to appoint a suitable Contractor to upgrade or replace the eBMS system, to an agreed plan and programme, resulting in a single fire alarm monitoring system to allow users to control and monitor all the fire alarm systems in the building or Campus as well as providing an open platform for integration of other systems on site.

To include but not limited to:

• maintaining both the existing systems whilst upgrading eBMS to CrossTalk 3, or replacing the eBMS system;

• migrating the Bold system to the new fire alarm monitoring system;

• interfacing the new system directly with Planon to allow defects to be raised automatically direct to the fire alarm service company without the need for helpdesk intervention;

• interfacing the new system directly with CCTV and intruder alarm systems / security software;

• developing the new system to raise an automatic defect request to service providers or internal teams for all alarms;

• maintenance and expansion of the new fire alarm monitoring system;

• Provision of training and system/user documentation in Microsoft Office and PDF formats.

A smooth changeover of equipment and systems is required to make sure that monitoring continues to operate correctly and that there will be no down time or risk to business through a failure to maintain alarm delivery.

The University is relying on Contractor’s expertise and knowledge of the appropriate systems and hardware to identify all requirements and costs for the Contract.

Documents can be accessed free of charge on the University's e-tender system at

https://procontract.due-north.com/Login

All enquiries and questions regarding this tender should be submitted through the e-tender

system

The deadline for receipt of tenders is 15th October 2021 12pm.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45312100 - Fire-alarm system installation work

two.2.3) Place of performance

NUTS codes
  • UKC22 - Tyneside

two.2.4) Description of the procurement

The University wishes to appoint a suitable Contractor to upgrade or replace the eBMS system, to an agreed plan and programme, resulting in a single fire alarm monitoring system to allow users to control and monitor all the fire alarm systems in the building or Campus as well as providing an open platform for integration of other systems on site.

To include but not limited to:

• maintaining both the existing systems whilst upgrading eBMS to CrossTalk 3, or replacing the eBMS system;

• migrating the Bold system to the new fire alarm monitoring system;

• interfacing the new system directly with Planon to allow defects to be raised automatically direct to the fire alarm service company without the need for helpdesk intervention;

• interfacing the new system directly with CCTV and intruder alarm systems / security software;

• developing the new system to raise an automatic defect request to service providers or internal teams for all alarms;

• maintenance and expansion of the new fire alarm monitoring system;

• Provision of training and system/user documentation in Microsoft Office and PDF formats.

A smooth changeover of equipment and systems is required to make sure that monitoring continues to operate correctly and that there will be no down time or risk to business through a failure to maintain alarm delivery.

The University is relying on Contractor’s expertise and knowledge of the appropriate systems and hardware to identify all requirements and costs for the Contract.

Documents can be accessed free of charge on the University's e-tender system at

https://procontract.due-north.com/Login

All enquiries and questions regarding this tender should be submitted through the e-tender

system

The deadline for receipt of tenders is 15th October 2021 12pm.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 December 2021

End date

30 November 2024

This contract is subject to renewal

Yes

Description of renewals

Expected to renew upon expiry/termination.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend for 1 further period of 1 year

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

List and brief description of selection criteria

Mandatory, Discretionary and Qualitative Exclusion Questions are included separately on the

e-tender system. These are Pass/Fail questions. A submission that fails on any of the

Mandatory or Discretionary Exclusion questions will automatically be excluded from the

tender process unless the Contractor can demonstrate they have taken remedial actions to

ensure there is no reoccurrence of the offence. A Contractor who fails any of the Qualitative

Exclusion question will automatically be excluded from the tender process. Contractors who

have passed the requirements will have their tenders assessed against the criteria stated in

the Invitation to Tender.

BAFE Approval - All Contractors must be BAFE approved, or equivalent. Evidence of your accreditation must be submitted as part of your tender submission.

If offering an alternative qualification, Contractors must demonstrate/evidence as part of their response how this is equivalent to BAFE approval.

FIA Approval - All Contractors must be FIA approved, or equivalent. Evidence of your accreditation must be submitted as part of your tender submission.

If offering an alternative qualification, Contractors must demonstrate/evidence as part of their response how this is equivalent to FIA approval.

NICEIC Approval - All Contractors must be NICEIC approved, or equivalent. Evidence of your accreditation must be submitted as part of your tender submission.

If offering an alternative qualification, Contractors must demonstrate/evidence as part of their response how this is equivalent to NICEIC approval.


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

15 October 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

15 October 2021

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Expressions of interest in this project can be made by registering via the University e-tender

system at:

https://procontract.due-north.com/Login

The deadline for expressing an interest is 11th October 2021 12pm

six.4) Procedures for review

six.4.1) Review body

University of Newcastle upon Tyne t/a Newcastle University

Newcastle upon Tyne

NE1 7RU

Email

steven.hogg@ncl.ac.uk

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. That notification will provide full information on the

award decision. The standstill period, which will be for a minimum of 10 calendar days,

Page 13 to 13

provides time for unsuccessful tenderers to challenge the award decision before the

contract is entered into.

The Public Contracts Regulations 2015 (SI 2015 No 102) 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 (England, Wales and Northern Ireland) within 30 days of knowledge or constructive

knowledge of breach.