Contract notice
Section I: Contracting
authority
I.1) Name and addresses
UNIVERSITY OF YORK
10007167
Heslington
YORK
YO105DD
UK
Contact person: Rob Allan
Telephone: +44 1904328214
E-mail: rob.allan@york.ac.uk
NUTS: UKE21
Internet address(es)
Main address: www.york.ac.uk
Address of the buyer profile: 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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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
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:
1 800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
31625100
31625200
50000000
II.2.3) Place of performance
NUTS code:
UKE21
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:
1 800 000.00
GBP
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.2.9) Information about the limits on the number of candidates to be invited
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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about 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:
15/05/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
15/05/2024
Local time: 13:00
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
UK
Telephone: +44 2079476000
VI.4.2) Body responsible for mediation procedures
University of York
Heslington Hall
York
YO105DD
UK
Telephone: +44 01904328214
E-mail: procurement@york.ac.uk
Internet address(es)
URL: 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
UK
Telephone: +44 2079476000
VI.5) Date of dispatch of this notice
15/04/2024