Section one: Contracting authority
one.1) Name and addresses
University of Reading
Whiteknights House, PO Box 217
Reading
RG6 6AH
Contact
Roland Halford
Country
United Kingdom
NUTS code
UKJ11 - Berkshire
National registration number
RC00665
Internet address(es)
Main address
Buyer's address
https://www.reading.ac.uk/procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tend.co.uk/theuniversityofreading
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tend.co.uk/theuniversityofreading
Tenders or requests to participate must be submitted to the above-mentioned address
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 Alarm and Emergency Lighting Maintenance
Reference number
UOR/EST/22/008
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
The University of Reading (UoR) requires a cost effective fully comprehensive maintenance service to maintain existing Fire and Emergency Light systems. It is proposed that the procurement exercise will be divided into lots as detailed below. Bidders may bid for one lot only or both lots.Lot 1 Fire Alarms OnlyLot 2 Emergency Lighting OnlyLot 3 Both Fire Alarms and Emergency LightingThe successful Contractor(s) will need to have the capability to design, install, commission and manage the installation of new Fire and Emergency Light systems as detailed in this specification. The existing Fire system include the following:- Conventional Fire Detection, - VESDA, - Ansul Fixed Fire Suppression - Gaseous Fixed Fire SuppressionFire Curtains - Deaf Alerter Systems The existing Emergency Light Systems include the following:- Central Battery Systems- Conventional Self-contained Systems- Intelligent self-testing Systems
two.1.5) Estimated total value
Value excluding VAT: £1,524,000
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
Fire Alarms Only
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 50413200 - Repair and maintenance services of firefighting equipment
- 50000000 - Repair and maintenance services
- 45312100 - Fire-alarm system installation work
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
two.2.4) Description of the procurement
The maintenance of Fire Systems including:- Conventional Fire Detection, - VESDA, - Ansul Fixed Fire Suppression - Gaseous Fixed Fire Suppression- Fire Curtains - Deaf Alerter Systems
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £207,848
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Based on the highest scores awarded at SQ stage
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 Only
Lot No
Lot 2
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- 50413200 - Repair and maintenance services of firefighting equipment
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
two.2.4) Description of the procurement
Maintenance of Emergency Lighting including:- Central Battery Systems- Conventional Self-contained Systems- Intelligent self-testing Systems.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £46,196
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Based on the highest scores awarded at SQ stage
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 Alarms and Emergency Lighting
Lot No
Lot 3
two.2.2) Additional CPV code(s)
- 50413200 - Repair and maintenance services of firefighting equipment
- 50000000 - Repair and maintenance services
- 45312100 - Fire-alarm system installation work
two.2.3) Place of performance
NUTS codes
- UKJ11 - Berkshire
two.2.4) Description of the procurement
Maintenance of both Fire Alarm and Emergency Lighting Systems including:Conventional Fire Detection:- VESDA, - Ansul Fixed Fire Suppression - Gaseous Fixed Fire Suppression- Fire Curtains - Deaf Alerter Systems The existing Emergency Light Systems:- Central Battery Systems- Conventional Self-contained Systems- Intelligent self-testing Systems.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £254,044
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Based on the highest scores awarded at SQ stage
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The Contractor will be required to have the following accreditations:• Gent 24 Integrator • Member of the Fire Industry Association• BAFE SP203-1 Fire Detection and Alarm Systems (Design, Installation, Commissioning/ Handover, Maintenance• BAFE SP203-3 Fixed Gaseous Fire Extinguishing Systems• BAFE SP204-4 Emergency Lighting Systems (Maintenance)• Ansul Authorised Distributor for the R-102 Restaurant Pre-Engineered Systems• Safe Contractor (or equivalent)• BS EN ISO 9001 Quality Management• BS EN ISO 14001 Environmental Management• BS EN OHSAS 18001 Occupational Health & Safety Management
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 January 2023
Local time
10:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
6 February 2023
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)
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.4) Procedures for review
six.4.1) Review body
Legal Services
Whiteknights, PO Box 217
Reading
RG6 6AB
Country
United Kingdom