Tender

FIre Alarm, Emergency Equipment and Emergency Lighting Framework - ORE/23/080

  • Offshore Renewable Energy Catapult

F02: Contract notice

Notice identifier: 2023/S 000-030089

Procurement identifier (OCID): ocds-h6vhtk-040b56

Published 12 October 2023, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

Offshore Renewable Energy Catapult

Inovo, 121 George Street

Glasgow

G1 1RD

Contact

Mr Murray Adams

Email

procurement@ore.catapult.org.uk

Telephone

+44 7425657551

Country

United Kingdom

Region code

UKC2 - Northumberland and Tyne and Wear

Internet address(es)

Main address

https://www.ore.catapult.org.uk

Buyer's address

https://www.ore.catapult.org.uk

one.3) Communication

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

https://procontract.due-north.com

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

one.4) Type of the contracting authority

Other type

Compliance with grant funding agreement

one.5) Main activity

Other activity

Research & Development


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

FIre Alarm, Emergency Equipment and Emergency Lighting Framework - ORE/23/080

Reference number

DN693975

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

ORE Catapult are seeking a Contractor to maintain and test the Emergency Fire alarm systems, maintain and test the Emergency lighting systems, as well as supply, maintain and service emergency equipment within the Blyth site. This procurement exercise is focused on ensuring that buildings remain compliant with current and relevant legislation. If any future legislation regarding the use of fire equipment, alarms or emergency lighting is brought in, then the contractor shall ensure that all buildings are compliant with the new legislation.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 5

two.2) Description

two.2.1) Title

Supply, maintenance and servicing of Fire Equipment (extinguishers + blankets).

Lot No

1

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 44480000 - Miscellaneous fire-protection equipment
  • 45343000 - Fire-prevention installation works
  • 45343210 - CO2 fire-extinguishing equipment installation work
  • 51700000 - Installation services of fire protection equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The contractor shall supply, maintain and service all Fire equipment within the Blyth site. “Fire Equipment” can be defined as the 199 extinguishers, and 11 emergency fire blankets, across 15 locations within the site. There are seven (7) different types of extinguishers to be supplied, serviced and maintained.

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Supply, maintenance and servicing of Fire alarms and detectors and Emergency Lighting Capacity checks

Lot No

2

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 45312100 - Fire-alarm system installation work

two.2.3) Place of performance

NUTS codes
  • UKC21 - Northumberland

two.2.4) Description of the procurement

An extended inspection and service of the alarm systems shall be carried out on a six-monthly basis. Fire equipment shall be inspected on a monthly basis, with maintenance and repairs carried out as and when required. All testing shall be undertaken in full accordance with all current/relevant legislation

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Supply, maintenance and servicing of Refuge points and Evacuation chair.

Lot No

3

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 44480000 - Miscellaneous fire-protection equipment

two.2.3) Place of performance

NUTS codes
  • UKC21 - Northumberland

two.2.4) Description of the procurement

The contractor shall be responsible for maintaining and servicing the refuge call points, emergency voice communication systems (EVCS) and evacuation chair within the Blyth site. There is a total of four (4) Type B Green Refuge call points (3 within the 15 MW Drivetrain Facility, 1 within the DARE centre), two (2) EVCS (1 within the 15MW Drivetrain Facility and 1 within the DARE Centre) as well as one (1) evacuation chair.

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Emergency lighting monthly inspection

Lot No

4

two.2.2) Additional CPV code(s)

  • 31518200 - Emergency lighting equipment

two.2.3) Place of performance

NUTS codes
  • UKC21 - Northumberland

two.2.4) Description of the procurement

The contractor, shall inspect, on a monthly basis, all emergency lighting (267 lights and 167 signs), spread across eleven (11) buildings within the Blyth site. All inspections shall be carried out at a consistent time, suitable to ORE Catapult.

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

Duration in months

48

This contract is subject to renewal

No

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) Description

two.2.1) Title

Fire alarm weekly test

Lot No

5

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems

two.2.3) Place of performance

NUTS codes
  • UKC21 - Northumberland

two.2.4) Description of the procurement

The contractor shall, on a weekly basis, test all fire alarms to confirm full functionality in the event of a fire. There is One Hundred and Twenty-Six (126) manual call point fire alarms spread across Thirteen (13) locations. Fire alarm testing should be carried out at a consistent time, on a consistent day to minimise disruption to ORE Catapult.

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

Duration in months

48

This contract is subject to renewal

No

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 5

In the case of framework agreements, provide justification for any duration exceeding 4 years:

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

14 November 2023

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

14 November 2023

Local time

12:05pm

Place

Glasgow, Scotland.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Royal Courts of Justice

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In the first instance, all appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the contracting authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.

As the UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions, any challenges will be dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations 2015.