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 Detection and Alarm System Replacement for NAO

  • First published: 24 November 2023
  • Last modified: 24 November 2023

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-034dc4
Published by:
National Audit Office
Authority ID:
AA21336
Publication date:
24 November 2023
Deadline date:
17 January 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The provider will be responsible for the design, supply, installation, commissioning, testing & handover services in relation to the replacement fire detection and alarm system, and the strip-out of existing fire system services as detailed in the Contract Requirements and Specification of Works (documents can be accessed via the link at I.3 Communication above).

The Award Criteria can be found in the procurement documents (documents can be accessed via the link at I.3 Communication above).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

National Audit Office

157-197 Buckingham Palace Road, Victoria

London

SW1W 9SP

UK

Contact person: NAO Central Procurement Team

Telephone: +44 20777987000

E-mail: NAO.Procurement@nao.org.uk

NUTS: UK

Internet address(es)

Main address: https://www.nao.org.uk/

Address of the buyer profile: https://login.bipsolutions.com/cas/login

I.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-alarm-system-installation-work./S58P5J2KXV


Additional information can be obtained from the abovementioned address


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


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fire Detection and Alarm System Replacement for NAO

Reference number: CPT_23_03

II.1.2) Main CPV code

45312100

 

II.1.3) Type of contract

Works

II.1.4) Short description

A works contract for the provision of a replacement Fire Detection and Alarm System for the National Audit Office.

The estimated contract value in this notice excludes VAT.

II.1.5) Estimated total value

Value excluding VAT: 500 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

31625000

31625100

31625200

35121700

45312100

79711000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

The provider will be responsible for the design, supply, installation, commissioning, testing & handover services in relation to the replacement fire detection and alarm system, and the strip-out of existing fire system services as detailed in the Contract Requirements and Specification of Works (documents can be accessed via the link at I.3 Communication above).

The Award Criteria can be found in the procurement documents (documents can be accessed via the link at I.3 Communication above).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality Questions / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 500 000.00  GBP

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

Duration in months: 12

This contract is subject to renewal: No

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

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:

In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, applicants will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire.

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.2.2) Contract performance conditions

Please refer to the Invitation to Tender Documents for further details.

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: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-000001

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

Date: 17/01/2024

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 17/01/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

<a href="https://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-alarm-system-installation-work./S58P5J2KXV" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-alarm-system-installation-work./S58P5J2KXV</a>

To respond to this opportunity, please click here:

<a href="https://www.delta-esourcing.com/respond/S58P5J2KXV" target="_blank">https://www.delta-esourcing.com/respond/S58P5J2KXV</a>

GO Reference: GO-20231122-PRO-24555232

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

London

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).

VI.5) Date of dispatch of this notice

22/11/2023

Coding

Commodity categories

ID Title Parent category
35121700 Alarm systems Security equipment
79711000 Alarm-monitoring services Security services
31625000 Burglar and fire alarms Sound or visual signalling apparatus
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms

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:
NAO.Procurement@nao.org.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.