Notice Information
Notice Title
Fire Alarm and Associated Systems Maintenance Contract
Notice Description
The contract is for a single supplier to provide maintenance for the Fire Alarms and associated Systems at The Pirbright Institute. Work Package 1 - Fire Alarm and Associated System Maintenance The contractor will be responsible for ensuring the equipment listed within the Schedule of Buildings of the ITT package is tested and maintained to the current British Standards, in a safe and effective manner with minimum disruption. You will be expected to carry out the service visits on each building system, as specified in the Schedule of Buildings each year, invoicing after each visit with a signed copy of the service report, clearly identifying each piece of equipment that has been tested during the service visit (asset location plans or schematics and or Check Lists will be provided and must be annotated, dated and signed, to clearly identify the equipment that has been tested during the service visit(s)). An annual certificate must be provided to show compliance with the current British Standards each year. The contractor will also provide the necessary tools and labour required to access the site fire alarm detection equipment. The contractor will be expected to advise on the condition of the equipment and provide details of any remedial works for each building, with a breakdown of the associated cost within two weeks of the service visit. Critical remedial works should be advised to TPI on the same day. The contractor will also be expected to update (annotate) 'Fire Plans' when changes occur or errors are found on the existing plans. Work Package 2 - Emergency Call Out Service The supplier of works package 1 must also provide a 24 hour emergency call out Helpdesk Service. Engineer to attend site within 4 hours of an emergency call being placed.. All specification requirements that are associated with work package 1 also apply this work package. Work Package 3 - Additional Works Costs The supplier of works packages 1 & 2 must also provide hourly/day rate costs for delivering additional works over and above the maintenance contract works for each year of the contract. Rates for normal / out of hours and Mon - Fri / Sat - Sun should be provided as per the price schedules included in Appendix C of the ITT Package. All specification requirements that are associated with work package 1 also apply to this work package.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-aa81bc12-e1a9-4c1f-9c4a-146f6d276ea7
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/e93d69e2-a88a-4c5b-ba66-fb5aad29c438
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (below threshold)
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
-
- CPV Codes
31625200 - Fire-alarm systems
Notice Value(s)
- Tender Value
- £40,000 Under £100K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 Jun 20241 years ago
- Submission Deadline
- 3 Jul 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Jul 2024 - 31 Jul 2027 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE PIRBRIGHT INSTITUTE
- Contact Name
- Not specified
- Contact Email
- procurement.department@pirbright.ac.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- WOKING
- Postcode
- GU24 0NF
- Post Town
- Guildford
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ25 West Surrey
- Delivery Location
- Not specified
-
- Local Authority
- Guildford
- Electoral Ward
- Normandy & Pirbright
- Westminster Constituency
- Surrey Heath
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/e93d69e2-a88a-4c5b-ba66-fb5aad29c438
25th June 2024 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-aa81bc12-e1a9-4c1f-9c4a-146f6d276ea7-2024-06-25T16:38:47+01:00",
"date": "2024-06-25T16:38:47+01:00",
"ocid": "ocds-b5fd17-aa81bc12-e1a9-4c1f-9c4a-146f6d276ea7",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "EMS/FIRE/2024",
"title": "Fire Alarm and Associated Systems Maintenance Contract",
"description": "The contract is for a single supplier to provide maintenance for the Fire Alarms and associated Systems at The Pirbright Institute. Work Package 1 - Fire Alarm and Associated System Maintenance The contractor will be responsible for ensuring the equipment listed within the Schedule of Buildings of the ITT package is tested and maintained to the current British Standards, in a safe and effective manner with minimum disruption. You will be expected to carry out the service visits on each building system, as specified in the Schedule of Buildings each year, invoicing after each visit with a signed copy of the service report, clearly identifying each piece of equipment that has been tested during the service visit (asset location plans or schematics and or Check Lists will be provided and must be annotated, dated and signed, to clearly identify the equipment that has been tested during the service visit(s)). An annual certificate must be provided to show compliance with the current British Standards each year. The contractor will also provide the necessary tools and labour required to access the site fire alarm detection equipment. The contractor will be expected to advise on the condition of the equipment and provide details of any remedial works for each building, with a breakdown of the associated cost within two weeks of the service visit. Critical remedial works should be advised to TPI on the same day. The contractor will also be expected to update (annotate) 'Fire Plans' when changes occur or errors are found on the existing plans. Work Package 2 - Emergency Call Out Service The supplier of works package 1 must also provide a 24 hour emergency call out Helpdesk Service. Engineer to attend site within 4 hours of an emergency call being placed.. All specification requirements that are associated with work package 1 also apply this work package. Work Package 3 - Additional Works Costs The supplier of works packages 1 & 2 must also provide hourly/day rate costs for delivering additional works over and above the maintenance contract works for each year of the contract. Rates for normal / out of hours and Mon - Fri / Sat - Sun should be provided as per the price schedules included in Appendix C of the ITT Package. All specification requirements that are associated with work package 1 also apply to this work package.",
"datePublished": "2024-06-10T17:39:16+01:00",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "31625200",
"description": "Fire-alarm systems"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "GU24 0NF"
},
{
"postalCode": "GU24 0NF"
}
]
}
],
"minValue": {
"amount": 30000,
"currency": "GBP"
},
"value": {
"amount": 40000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (below threshold)",
"tenderPeriod": {
"endDate": "2024-07-03T12:00:00+01:00"
},
"contractPeriod": {
"startDate": "2024-08-01T00:00:00+01:00",
"endDate": "2027-07-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/e93d69e2-a88a-4c5b-ba66-fb5aad29c438",
"datePublished": "2024-06-10T17:39:16+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2024-06-25T16:38:47+01:00"
},
{
"id": "2",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/486f6ac0-b47a-4813-8215-278e194a291a",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "3",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b771dcf9-c2d0-427e-aec8-ce2c3fabf3e0",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "4",
"documentType": "evaluationCriteria",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/726e8df4-bb65-4bda-8e3d-43e2d31dd7c3",
"format": "application/pdf"
},
{
"id": "5",
"documentType": "evaluationCriteria",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/28dca365-3adb-4f3d-850f-17b1e493cf50",
"format": "application/pdf"
},
{
"id": "6",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/dd6dd2a1-369f-4d9a-be3f-a4059c1e5ba8",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "7",
"documentType": "contractDraft",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/44088187-7375-42bc-80c0-6e006774a940",
"format": "application/pdf"
},
{
"id": "8",
"documentType": "technicalSpecifications",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c94ff4ef-e630-4a25-a214-9dd54cbd2103",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "9",
"documentType": "technicalSpecifications",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/222c1990-1639-4525-9e2a-4106d6566016",
"format": "application/zip"
},
{
"id": "10",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/26b63671-9b6d-47e4-b2c6-3014649cce91",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "11",
"documentType": "biddingDocuments",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/dad543fa-a540-4353-a26a-d2a662b8223d",
"format": "application/pdf"
},
{
"id": "12",
"documentType": "clarifications",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/dd2c5c40-63fd-42b3-b1d7-2b01197d0bd7",
"format": "application/pdf"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/fBcZ6sBB",
"name": "THE PIRBRIGHT INSTITUTE",
"identifier": {
"legalName": "THE PIRBRIGHT INSTITUTE",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/fBcZ6sBB"
},
"address": {
"streetAddress": "Pirbright",
"locality": "WOKING",
"postalCode": "GU240NF",
"countryName": "England"
},
"contactPoint": {
"email": "Procurement.Department@pirbright.ac.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/fBcZ6sBB",
"name": "THE PIRBRIGHT INSTITUTE"
}
}