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. |
|