Tender

Fire Alarm and Emergency Lighting Maintenance

  • University of Reading

F02: Contract notice

Notice identifier: 2022/S 000-035920

Procurement identifier (OCID): ocds-h6vhtk-03929b

Published 19 December 2022, 6:15pm



Section one: Contracting authority

one.1) Name and addresses

University of Reading

Whiteknights House, PO Box 217

Reading

RG6 6AH

Contact

Roland Halford

Email

r.halford@reading.ac.uk

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

National registration number

RC00665

Internet address(es)

Main address

https://www.reading.ac.uk

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

Email

legalservices@reading.ac.uk

Country

United Kingdom