Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Fire Alarm System Maintenance and Repair

  • First published: 16 April 2024
  • Last modified: 16 April 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-045244
Published by:
University of York
Authority ID:
AA20925
Publication date:
16 April 2024
Deadline date:
15 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
50000000 Repair and maintenance services Other Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
rob.allan@york.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.