Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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.1.7) Total value of the procurement
Value excluding VAT:
323 452.48
GBP
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
Quality criterion: Resourcing & Delivery
/ Weighting: 20
Quality criterion: Scheduling & Administration
/ Weighting: 15
Quality criterion: Health & Safety
/ Weighting: 5
Quality criterion: Sustainability
/ Weighting: 10
Quality criterion: Experience
/ Weighting: 20
Price
/ Weighting:
30
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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-017250
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
09/09/2024
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Scutum
Scutum House, 28 Mill Road Industrial Estate
Linlithgow
EH49 7SF
UK
NUTS: UKM78
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 323 452.48
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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.
(SC Ref:777577)
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
10/09/2024