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

Estates: Fire Alarm Systems Maintenance

  • First published: 05 June 2024
  • Last modified: 05 June 2024
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-046d33
Published by:
University of St Andrews
Authority ID:
AA22984
Publication date:
05 June 2024
Deadline date:
08 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This contract will bring all of University of St Andrews’ Fire alarm systems including Fire Hydrants and Refuge systems under one contract. All university premises are situated in St Andrews and Guardbridge.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of St Andrews

Walter Bower House, Eden Campus

Guardbridge

KY16 0US

UK

Contact person: Adrian Wood

Telephone: +44 1334462523

E-mail: procurement@st-andrews.ac.uk

NUTS: UKM72

Internet address(es)

Main address: http://www.st-andrews.ac.uk/staf/procurement/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00111

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://in-tendhost.co.uk/universityofstandrews


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://in-tendhost.co.uk/universityofstandrews


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/universityofstandrews


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

Estates: Fire Alarm Systems Maintenance

II.1.2) Main CPV code

50710000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This contract will bring all of University of St Andrews’ Fire alarm systems including Fire Hydrants and Refuge systems under one contract. All university premises are situated in St Andrews and Guardbridge.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31625200

44480000

50413200

II.2.3) Place of performance

NUTS code:

UKM72


Main site or place of performance:

St Andrews / Guardbridge

II.2.4) Description of the procurement

The contractor MUST have as a minimum GENT 24 Technology Centre status, which will be independently verified on the GENT by Honeywell website and must be accredited to BAFE SP203 Pt 1&3.

Each engineer must be qualified to recognised Fire Industry standards (for example BAFE/ FIA Qualifications covering Design, Install, Maintenance and Commissioning) and have experience of Gent Vigilon panels and be able to fault find and program on these panels.

All staff working on the fire alarm systems MUST be employees of the successful contractor and are not to be sub-contractors.

The contractor shall be staffed to ensure that the requirements of this contract can be complied with at all times.

Tenderers must be experienced in using the Connected Life Safety System CLSS from Honeywell which the University uses across the campus for monitoring and recording services. The system is to be used to maintain the University assets within working life setting and the successful contractor should demonstrate compliance with this. Following device replacements, the CLSS system must be refreshed/synched to reflect the new/replaced device.

Each planned preventative maintenance visit will be recorded on the Gent CLSS system, to ensure full compliance with all items being tested annually. All engineers must be fully conversant with the CLSS system and comply fully with this process, as non-recording of planned preventative maintenance will be deemed as non-compliance with the contract. The successful contractor should manage the system through this and provide the University with future costs to replace items identified as requiring replacement or coming up for replacement.

For each maintenance visit the University will require a schedule created showing the planned visits to each site, this must be provided to allow the buildings to be made aware of the proposed visits. This should be followed up with a call to the University Estates Helpdesk to confirm they are finished on each site.

The University require the contractor to competently operate and maintain the systems listed and have the proper resources in place for replacement of parts not supplied by themselves.

The contractor is to create a full schedule for all the systems that have batteries and give a full plan for the replacement of these batteries within manufacturers recommended life expectancy. This schedule should be costed up and maintained and issued to Estates prior to the start of the contract and on the contract anniversary.

The requirement includes the annual testing and inspection of our fire hydrants (25 off) at the North Haugh, (3 off) at DRA and at our Eden Campus (10 off).

Full details in Procurement documents.

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 months possible subject to satisfactory performance and mutual agreement.

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: 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

All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews

Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted

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:

See tender documents.

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

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

See tender documents for qualifications required.

III.2.2) Contract performance conditions

See tender documents.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 08/07/2024

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: 08/07/2024

Local time: 12:00

Place:

Procurement - University of St Andrews

Information about authorised persons and opening procedure:

Appointed Procurement Staff.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

It is likely the University may continue to have similar requirements. If so, any relevant procurement will be advertised approximately 6 months prior to any new contract requirement.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

All tenders for the University of St Andrews are administered through our eTendering System (InTend).To Express an Interest please go to our tender website at https://intendhost.co.uk/universityofstandrews

Please note that 'Notes of Interest' placed via PCS (Public Contracts Scotland) are not automatically accepted.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=768109.

(SC Ref:768109)

VI.4) Procedures for review

VI.4.1) Review body

Dundee Sheriff Court

6 West Bell Street

Dundee

DD1 9AD

UK

Telephone: +44 1382229961

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The University of St Andrews will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract being communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from The University of St Andrews.

If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2012 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session.

The anticipated review body in such cases would be:

Dundee Sheriff Court

6 West Bell Street

Dundee

DD1 9AD

Telephone: +44 1382 229 961

Anyone bringing court proceedings against the University of St Andrews must inform the University of St Andrews in advance of the alleged breach and its intention to bring proceedings. Any such action must be brought within 15 days of the date on which a decision is sent to them or published to challenge that decision.

Proceedings seeking an ineffectiveness order must be brought within 30 days of the publication of the contract award notice in the OJEU, or 30 days from the date of a decision letter to all tenderers concerned, and any candidates concerned, containing a summary of the reason for the recipient being unsuccessful, otherwise 6 months from the date of entering into the contract or concluding the framework agreement.

Where a contract has not been entered into the Court may, by interim order, suspend the procurement procedure. The court may also set aside a decision or actions taken by the University or order it to amend and document; and/or award damages. However, by express requirement the court may decide not to grant an interim order when the negative consequences of such an order are likely to outweigh the benefits, having regard to a number of considerations.

If the contract has been entered into the Court may, depending on the nature of the breach: make an ineffectiveness order; impose a financial penalty; shorten the duration of the contract; make any other order considered appropriate to address the consequences of ineffectiveness or shortening the duration or the contract; award damages.

VI.5) Date of dispatch of this notice

04/06/2024

Coding

Commodity categories

ID Title Parent category
31625200 Fire-alarm systems Burglar and fire alarms
44480000 Miscellaneous fire-protection equipment Miscellaneous fabricated products and related items
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
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:
procurement@st-andrews.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.