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 and Emergency Lighting Maintenance

  • First published: 20 December 2022
  • Last modified: 20 December 2022

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-03929b
Published by:
University of Reading
Authority ID:
AA21087
Publication date:
20 December 2022
Deadline date:
16 January 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The maintenance of Fire Systems including:- Conventional Fire Detection, - VESDA, - Ansul Fixed Fire Suppression - Gaseous Fixed Fire Suppression- Fire Curtains - Deaf Alerter Systems

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Reading

RC00665

Whiteknights House, PO Box 217

Reading

RG6 6AH

UK

Contact person: Roland Halford

E-mail: r.halford@reading.ac.uk

NUTS: UKJ11

Internet address(es)

Main address: https://www.reading.ac.uk

Address of the buyer profile: https://www.reading.ac.uk/procurement

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tend.co.uk/theuniversityofreading


Tenders or requests to participate must be sent to the abovementioned address


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 and Emergency Lighting Maintenance

Reference number: UOR/EST/22/008

II.1.2) Main CPV code

50413200

 

II.1.3) Type of contract

Services

II.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

II.1.5) Estimated total value

Value excluding VAT: 1 524 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: Lot 1

II.2.1) Title

Fire Alarms Only

II.2.2) Additional CPV code(s)

50413200

50000000

45312100

II.2.3) Place of performance

NUTS code:

UKJ11


Main site or place of performance:

II.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

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: 207 848.00  GBP

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

Duration in months: 72

This contract is subject to renewal: No

II.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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Lot No: Lot 2

II.2.1) Title

Emergency Lighting Only

II.2.2) Additional CPV code(s)

50000000

50413200

II.2.3) Place of performance

NUTS code:

UKJ11


Main site or place of performance:

II.2.4) Description of the procurement

Maintenance of Emergency Lighting including:- Central Battery Systems- Conventional Self-contained Systems- Intelligent self-testing Systems.

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: 46 196.00  GBP

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

Duration in months: 72

This contract is subject to renewal: No

II.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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Lot No: Lot 3

II.2.1) Title

Fire Alarms and Emergency Lighting

II.2.2) Additional CPV code(s)

50413200

50000000

45312100

II.2.3) Place of performance

NUTS code:

UKJ11


Main site or place of performance:

II.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.

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: 254 044.00  GBP

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

Duration in months: 72

This contract is subject to renewal: No

II.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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

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

Restricted procedure

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 16/01/2023

Local time: 10:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 06/02/2023

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)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Legal Services

Whiteknights, PO Box 217

Reading

RG6 6AB

UK

E-mail: legalservices@reading.ac.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

VI.5) Date of dispatch of this notice

19/12/2022

Coding

Commodity categories

ID Title Parent category
45312100 Fire-alarm system installation work Alarm system and antenna installation work
50000000 Repair and maintenance services Other Services
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus

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:
r.halford@reading.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.