Award

Fire Dampers Maintenance Services

UNIVERSITY OF ULSTER

This public procurement record has 2 releases in its history.

Award

07 Jun 2022 at 15:22

Tender

10 Mar 2022 at 22:45

Summary of the contracting process

The University of Ulster has completed a tender for Fire Dampers Maintenance Services, classified under the industrial category of repair and maintenance services of dampers. Located in Coleraine, UK, the tender process was initiated under an open procurement method, allowing for competitive bidding. The services include planned preventative maintenance, emergency call-outs, and remedial repairs for fire dampers, with an estimated total contract value of £397,465.40, signed on 6th June 2022. There is a notable option for contract extension up to an additional 36 months depending on performance and business needs.

This procurement presents a significant opportunity for businesses specialising in fire safety and maintenance services, as well as those capable of providing responsive and high-quality support. Companies that excel in planned preventative maintenance, are certified for fire safety, and have expertise in delivering rapid remediation efforts will be particularly well-suited to compete. The possibility for subcontracting certain repairs opens avenues for smaller firms to participate, which could further enhance collaborative opportunities within the industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Fire Dampers Maintenance Services

Notice Description

Fire Dampers Maintenance Services

Lot Information

Lot 1

The Contractor shall deliver Fire Damper Maintenance Services including: * Planned Preventative Maintenance (PPM): annual inspection and testing of each Fire Damper; and reporting on the condition of each individual Fire Damper. * The maintenance and annual certification of Fire Damper Control Panels. * Remedial Repairs: where remedial actions are identified by the Contractor to address a noncompliant Fire Damper, the Contractor will submit a quotation for carrying out the repairs. Where agreed with the University, the Contractor will provide Remedial Repairs including parts and installation. * Unscheduled Callouts: the Contractor may be required to respond to unscheduled call-outs where required. In this Contract the term Fire Damper relates to both Curtain Fire Dampers and Motorised Smoke Fire Dampers (MSFDs). Tenderers should note the University reserves the right to procure Remedial Repairs via stand-alone procurements outside this Contract where the following may apply: 1. The annual estimated annual value of the Remedial Repairs identified by the Contractor is PS30,000 or greater; or 2. The Remedial Repairs identified by the Contractor require the Contractor to subcontract a building works subcontractor for structural works where required. Additional information: The estimated total value stated above in Section II.1.7 includes the initial 3 year contract period and the option to extend the contract for any periods up to and including 36 months.

Options: It is anticipated the contract will be for three (3) years initially, with an option to extend for any periods up to and including thirty six (36) months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03208f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015680-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

45 - Construction work

50 - Repair and maintenance services

51 - Installation services (except software)


CPV Codes

35111500 - Fire suppression system

45343000 - Fire-prevention installation works

50222100 - Repair and maintenance services of dampers

50413200 - Repair and maintenance services of firefighting equipment

50700000 - Repair and maintenance services of building installations

51700000 - Installation services of fire protection equipment

Notice Value(s)

Tender Value
Not specified
Lots Value
£695,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£397,465 £100K-£500K

Notice Dates

Publication Date
7 Jun 20223 years ago
Submission Deadline
12 Apr 2022Expired
Future Notice Date
Not specified
Award Date
5 Jun 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF ULSTER
Contact Name
Not specified
Contact Email
d.quinn@ulster.ac.uk
Contact Phone
+44 2870123456

Buyer Location

Locality
COLERAINE
Postcode
BT52 1SA
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN0C Causeway Coast and Glens
Delivery Location
TLN Northern Ireland

Local Authority
Causeway Coast and Glens
Electoral Ward
University
Westminster Constituency
East Londonderry

Supplier Information

Number of Suppliers
1
Supplier Name

HARMONY FIRE

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-h6vhtk-03208f-2022-06-07T16:22:22+01:00",
    "date": "2022-06-07T16:22:22+01:00",
    "ocid": "ocds-h6vhtk-03208f",
    "description": "The estimated total value stated above in Section II.1.7 includes the initial 3 year contract period and the option to extend the contract for any periods up to and including 36 months. The University cannot give any guarantee as to the future value or volume of business awarded through this contract. The University reserves the right to modify this contract, under Regulation 72(1)(a) of the Public Contract Regulations 2015, in events of higher or lower spend necessitated by unexpected occurrences.",
    "initiationType": "tender",
    "tender": {
        "id": "Project_26702",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Fire Dampers Maintenance Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50222100",
            "description": "Repair and maintenance services of dampers"
        },
        "mainProcurementCategory": "services",
        "description": "Fire Dampers Maintenance Services",
        "lots": [
            {
                "id": "1",
                "description": "The Contractor shall deliver Fire Damper Maintenance Services including: * Planned Preventative Maintenance (PPM): annual inspection and testing of each Fire Damper; and reporting on the condition of each individual Fire Damper. * The maintenance and annual certification of Fire Damper Control Panels. * Remedial Repairs: where remedial actions are identified by the Contractor to address a noncompliant Fire Damper, the Contractor will submit a quotation for carrying out the repairs. Where agreed with the University, the Contractor will provide Remedial Repairs including parts and installation. * Unscheduled Callouts: the Contractor may be required to respond to unscheduled call-outs where required. In this Contract the term Fire Damper relates to both Curtain Fire Dampers and Motorised Smoke Fire Dampers (MSFDs). Tenderers should note the University reserves the right to procure Remedial Repairs via stand-alone procurements outside this Contract where the following may apply: 1. The annual estimated annual value of the Remedial Repairs identified by the Contractor is PS30,000 or greater; or 2. The Remedial Repairs identified by the Contractor require the Contractor to subcontract a building works subcontractor for structural works where required. Additional information: The estimated total value stated above in Section II.1.7 includes the initial 3 year contract period and the option to extend the contract for any periods up to and including 36 months.",
                "value": {
                    "amount": 695000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "It is anticipated the contract will be for three (3) years initially, with an option to extend for any periods up to and including thirty six (36) months."
                },
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Methodology for PPM, Inspection, Testing and Reporting",
                            "type": "quality",
                            "description": "12%"
                        },
                        {
                            "name": "Methodology for Remedial Repairs",
                            "type": "quality",
                            "description": "9%"
                        },
                        {
                            "name": "Methodology for Health and Safety",
                            "type": "quality",
                            "description": "6%"
                        },
                        {
                            "name": "Resource Management",
                            "type": "quality",
                            "description": "3%"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "70%"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35111500",
                        "description": "Fire suppression system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45343000",
                        "description": "Fire-prevention installation works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50413200",
                        "description": "Repair and maintenance services of firefighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50700000",
                        "description": "Repair and maintenance services of building installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "51700000",
                        "description": "Installation services of fire protection equipment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://e-sourcingni.bravosolution.co.uk/web/login.shtml",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As stated in the procurement documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-04-12T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "awardPeriod": {
            "startDate": "2022-04-12T15:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-04-12T15:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "The University incorporated a minimum 10 calendar days standstill period at the point information on award of the contract was communicated to tenderers. The standstill period provided time for tenderers to challenge the award decision before the contract was entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland)."
    },
    "parties": [
        {
            "id": "GB-FTS-1400",
            "name": "University of Ulster",
            "identifier": {
                "legalName": "University of Ulster",
                "id": "NIC100166"
            },
            "address": {
                "streetAddress": "Block X Room X031, Cromore Road",
                "locality": "Coleraine",
                "region": "UKN",
                "postalCode": "BT52 1SA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2870123456",
                "email": "d.quinn@ulster.ac.uk",
                "url": "https://e-sourcingni.bravosolution.co.uk/web/login.shtml"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.ulster.ac.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1401",
            "name": "High Court of Justice in Northern Ireland",
            "identifier": {
                "legalName": "High Court of Justice in Northern Ireland"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Chichester Street",
                "locality": "Belfast",
                "postalCode": "BT1 3JY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-54834",
            "name": "Harmony Fire Limited",
            "identifier": {
                "legalName": "Harmony Fire Limited",
                "id": "10427303"
            },
            "address": {
                "streetAddress": "Half Acre House Tintinhull Road, Chilthorne Domer, Somerset",
                "locality": "Yeovil",
                "region": "UKN",
                "postalCode": "BA22 8QX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1400",
        "name": "University of Ulster"
    },
    "language": "en",
    "awards": [
        {
            "id": "015680-2022-1",
            "relatedLots": [
                "1"
            ],
            "title": "Fire Dampers Maintenance Services",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-54834",
                    "name": "Harmony Fire Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "015680-2022-1",
            "awardID": "015680-2022-1",
            "title": "Fire Dampers Maintenance Services",
            "status": "active",
            "value": {
                "amount": 397465.4,
                "currency": "GBP"
            },
            "dateSigned": "2022-06-06T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}