United Kingdom: CfHS Replacement Fire Alarm System

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom: CfHS Replacement Fire Alarm System
Scotland (Non OJEU) WS/DEC402728
Type Invitation to tender
Date Published 2020-12-21
Deadline 2021-01-27 00:00:00
Nature Of Contract Not specified
Awarding Authority
Procedure

Description :
Contract Notice (below OJEU threshold)


Section I: Contracting authority

I.1) Name and addresses
University of the Highlands and Islands
12b Ness Walk
Inverness
IV3 5SQ
UK
Contact person: Procurement Department
Telephone: +44 1463279000
E-mail: Procurement@uhi.ac.uk
Fax: +44 1463279001
NUTS: UKM6
Internet address(es)
Main address: http://www.uhi.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101


I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk

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
CfHS Replacement Fire Alarm System
Reference number: UHI-FM-5121

II.1.2) Main CPV code
51100000;

II.1.3) Type of contract: Services

II.1.4) Short description
The University of the Highlands and Islands has a requirement for the Replacement of a Fire Alarm System at the Centre for Health Science in Inverness.

II.1.6) Information about lots
This contract is divided into lots: No


II.2) Description


II.2.2) Additional CPV code(s)
31625200; 45312100;

II.2.3) Place of performance
NUTS code:
UKM62


Main site or place of performance:
Centre for Health Science, Inverness.

II.2.4) Description of the procurement
The University of the Highlands and Islands (UHI) is seeking a suitably qualified and experienced contractor to provide the services as detailed in the attached documentation. The project comprises the replacement of an existing wireless radio fire alarm system, with a new hard wired analogue addressable system.

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: 3
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:
The replacement fire alarm system shall be installed, tested and commissioned by a fire alarm specialist contractor with BAFE SP203-1 and/or LPCB LPS1014 certification for the design, supply, delivery, erection, connection and testing of all materials and equipment and the provision of all labour and plant in accordance with the contract documents.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
It is a requirement of this contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Minimum level(s) of standards required:
Employer’s (Compulsory) Liability Insurance = 5m GBP
Public Liability Insurance = 5m GBP
Contractor's Insurance - Injury to Persons or Property = 5m GBP
Contractor's Design Portion Professional Indemnity Insurance = 500,000 GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Tenderers will be required to provide an example which demonstrates that they have the relevant experience to deliver the services/supplies as described in the relevant section of the Site Notice.

Minimum level(s) of standards required:
Tenderers should note that they should only submit a tender if they can demonstrate experience of delivering project(s) of a similar value and risk within the last 3 years. Contact details of at least one customer reference must be provided.

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: 27/01/2021
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: 27/01/2021
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used

VI.3) Additional information
The Contract will commence on the date as proposed by the successful tenderer and expire on the date proposed by the successful tenderer in their tender submission. Tenderers should note, that it is the recommendation of the University for the contract duration to be roughly twelve (12) weeks in length, but this is not mandatory and the Tenderer can propose a contract duration which is shorter than or exceeds this recommendation. However, the contract duration must not exceed twenty-four (24) weeks in length. The contract must commence within a maximum of two (2) weeks from the date of Tender acceptance by the University, which will be in the form of an official Contract Award Letter which will be signed by the University after signature from the Tenderer.
A mandatory Site Visit will take place. Tenderers can request to attend on either Thursday 7th January 2021 or Tuesday 12th January 2021, at a time slot between 9am and 3pm. Requests to attend a Site Visit shall be addressed to the Procurement department (Procurement@uhi.ac.uk). Only one representative from the Tenderer shall be permitted to attend the Site Visit, due to the Covid-19 pandemic.

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=635898
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:635898)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=635898

VI.4) Procedures for review

VI.4.1) Review body
Inverness Sheriff and Justice of the Peace Court
Inverness
IV2 3EG
UK



VI.5) Date of dispatch of this notice
21/12/2020




CPV Codes
51100000;31625200;45312100

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.