Construction Tenders

Mon April 29 2024

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 15th Apr 2024

Tender Details
Referenceocds-h6vhtk-045244
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£1,800,000
More Tenders »

Yorkshire and the Humber

Category Services

Type

No. of Lots 1

Status Active

Published 15th Apr 2024

Tender Details
Referenceocds-h6vhtk-045244
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£1,800,000

Section I: Contracting authority

I.1) Name and addresses

UNIVERSITY OF YORK

Heslington

YORK

YO105DD

Contact

Rob Allan

Email

rob.allan [at] york.ac.uk

Telephone

+44 1904328214

Country

United Kingdom

NUTS code

UKE21 - York

UK Register of Learning Providers (UKPRN number)

10007167

Internet address(es)

Main address

www.york.ac.uk

Buyer's address

https://in-tendhost.co.uk/york/aspx/Home

I.3) Communication

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

https://in-tendhost.co.uk/york/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/york/aspx/Home

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://in-tendhost.co.uk/york/aspx/Home

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fire Alarm System Maintenance and Repair

Reference number

UY PROC 991

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

The University of York ("the University") is seeking to appoint a service provider ("the Contractor") capable of servicing, maintaining and repairing its fire alarm system under a fully comprehensive contract. The successful Contractor shall be a Honeywell Gent channel partner (https://process.honeywell.com/us/en/support/find-a-channel-partner ) or equivalent.

II.1.5) Estimated total value

Value excluding VAT: £1,800,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 50000000 - Repair and maintenance services

II.2.3) Place of performance

NUTS codes
  • UKE21 - York
Main site or place of performance

University of York - York, Heslington and City Centre Campus sites.

II.2.4) Description of the procurement

The University of York ("the University") is pleased to invite tenders for The Provision of Fire Alarm Maintenance and Repair services in accordance with this notice and the published Invitation to Tender (ITT) document. The University is looking to appoint a single service provider ("the Contractor") to carry out Fire Alarm Service and Maintenance services on the basis of a fully comprehensive contract.

This contract is to provide Planned Preventative Maintenance (PPM) and servicing together with emergency call out cover for the University's Honeywell (Gent) fire detection and fire alarm systems on and off the York campuses, therefore the the successful Contractor shall be a Honeywell (Gent) channel partner, or equivalent. The Contractor will also have to suitably resource all planned works/projects to ensure that the planned works delivery will have no detrimental effect on the maintenance/service side of the contract i.e. the successful Contractor will commission all changes to the networks, which can range from a single device to a new domain node panel, fibre optic ring, and +12 detection panels. The University wishes to maintain full control of the network by utilising a single Contractor for all changes. This arrangement will not preclude other Gent Integrators (or equivalent) from supplying and installing extensions/new systems onto the networks, however all commissioning shall be carried out by the Contractor.

The Contractor shall carry out inspection, testing and servicing as recommended by BS 5839 and all amendments.

The majority of the University of York buildings have Honeywell (Gent) fire detection and alarm systems. The University is therefore seeking tenders only from Contractors who are approved Elite Technology Centres (or can demonstrate equivalent experience and skill).

Bidders should note that in addition to Honeywell (Gent) systems the University has some JSB, Advanced, Ziton, ADT, Premier, Emergi-lite and Menvier systems and the successful Contractor will be required to service and maintain these systems as well.

Full details of the University's requirements can be found within the invitation to tender and associated documents available to download from the In-Tend tender portal.

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: £1,800,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The initial contract shall run for a period of two years, with options to extend the contract for a further two periods of two years. The total contract term including the extension periods (if enacted) shall be six years.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

Yes, there shall be the option to extend the contract with mutual consent for two periods of up to two years following the initial two year contract term, resulting in a potential six year contract term.

II.2.14) Additional information

Tender documents can be accessed via the In-Tend portal at: https://in-tendhost.co.uk/york/aspx/Home


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

15 May 2024

Local time

12:00pm

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

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

15 May 2024

Local time

1:00pm

Place

Electronically via: https://in-tendhost.co.uk/york/aspx/Home


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Should the contract run for the maximum 6 year term, the contract shall be re-advertised during April 2030.

VI.3) Additional information

Full details regarding this requirement can be found at the In-Tend tender portal at: https://in-tendhost.co.uk/

york/aspx/Home

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

University of York

Heslington Hall

York

YO105DD

Email

procurement [at] york.ac.uk

Telephone

+44 01904328214

Country

United Kingdom

Internet address

www.york.ac.uk

VI.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom