Notice Information
Notice Title
Estates: Fire Alarm Systems Maintenance
Notice 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.
Lot Information
Lot 1
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. 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
Renewal: 2 x 12 months possible subject to satisfactory performance and mutual agreement.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-046d33
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028932-2024
- 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
31 - Electrical machinery, apparatus, equipment and consumables; lighting
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
50 - Repair and maintenance services
-
- CPV Codes
31625200 - Fire-alarm systems
44480000 - Miscellaneous fire-protection equipment
50413200 - Repair and maintenance services of firefighting equipment
50710000 - Repair and maintenance services of electrical and mechanical building installations
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £323,452 £100K-£500K
Notice Dates
- Publication Date
- 10 Sep 20241 years ago
- Submission Deadline
- 8 Jul 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 8 Sep 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- It is likely the University may continue to have similar requirements. If so, any relevant procurement will be advertised approximately 6 months prior to any new contract requirement.
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF ST ANDREWS
- Contact Name
- Adrian Wood
- Contact Email
- procurement@st-andrews.ac.uk
- Contact Phone
- +44 1334462523
Buyer Location
- Locality
- GUARDBRIDGE
- Postcode
- KY16 0US
- Post Town
- Kirkcaldy
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM01 Clackmannanshire and Fife
- Delivery Location
- TLM72 Clackmannanshire and Fife
-
- Local Authority
- Fife
- Electoral Ward
- Tay Bridgehead
- Westminster Constituency
- North East Fife
Further Information
Notice URLs
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-h6vhtk-046d33-2024-09-10T12:07:37+01:00",
"date": "2024-09-10T12:07:37+01:00",
"ocid": "ocds-h6vhtk-046d33",
"description": "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)",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-046d33",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Estates: Fire Alarm Systems Maintenance",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50710000",
"description": "Repair and maintenance services of electrical and mechanical building installations"
},
"mainProcurementCategory": "services",
"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.",
"lots": [
{
"id": "1",
"description": "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. 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",
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "2 x 12 months possible subject to satisfactory performance and mutual agreement."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Resourcing & Delivery",
"type": "quality",
"description": "20"
},
{
"name": "Scheduling & Administration",
"type": "quality",
"description": "15"
},
{
"name": "Health & Safety",
"type": "quality",
"description": "5"
},
{
"name": "Sustainability",
"type": "quality",
"description": "10"
},
{
"name": "Experience",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "30"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31625200",
"description": "Fire-alarm systems"
},
{
"scheme": "CPV",
"id": "44480000",
"description": "Miscellaneous fire-protection equipment"
},
{
"scheme": "CPV",
"id": "50413200",
"description": "Repair and maintenance services of firefighting equipment"
}
],
"deliveryAddresses": [
{
"region": "UKM72"
},
{
"region": "UKM72"
}
],
"deliveryLocation": {
"description": "St Andrews / Guardbridge"
},
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/universityofstandrews",
"communication": {
"atypicalToolUrl": "https://in-tendhost.co.uk/universityofstandrews"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "See tender documents.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "See tender documents for qualifications required."
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "See tender documents.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-07-08T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2024-07-08T12:00:00+01:00"
},
"bidOpening": {
"date": "2024-07-08T12:00:00+01:00",
"address": {
"streetAddress": "Procurement - University of St Andrews"
},
"description": "Appointed Procurement Staff."
},
"hasRecurrence": true,
"reviewDetails": "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.",
"recurrence": {
"description": "It is likely the University may continue to have similar requirements. If so, any relevant procurement will be advertised approximately 6 months prior to any new contract requirement."
}
},
"parties": [
{
"id": "GB-FTS-1904",
"name": "University of St Andrews",
"identifier": {
"legalName": "University of St Andrews"
},
"address": {
"streetAddress": "Walter Bower House, Eden Campus",
"locality": "Guardbridge",
"region": "UKM72",
"postalCode": "KY16 0US",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Adrian Wood",
"telephone": "+44 1334462523",
"email": "procurement@st-andrews.ac.uk",
"url": "https://in-tendhost.co.uk/universityofstandrews"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.st-andrews.ac.uk/staf/procurement/",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00111",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-1026",
"name": "Dundee Sheriff Court",
"identifier": {
"legalName": "Dundee Sheriff Court"
},
"address": {
"streetAddress": "6 West Bell Street",
"locality": "Dundee",
"postalCode": "DD1 9AD",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1382229961"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-123932",
"name": "Scutum",
"identifier": {
"legalName": "Scutum"
},
"address": {
"streetAddress": "Scutum House, 28 Mill Road Industrial Estate",
"locality": "Linlithgow",
"region": "UKM78",
"postalCode": "EH49 7SF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-1904",
"name": "University of St Andrews"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000768109"
}
],
"language": "en",
"awards": [
{
"id": "028932-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-123932",
"name": "Scutum"
}
]
}
],
"contracts": [
{
"id": "028932-2024-1",
"awardID": "028932-2024-1",
"status": "active",
"value": {
"amount": 323452.48,
"currency": "GBP"
},
"dateSigned": "2024-09-09T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 5
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 5
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 5
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 5
}
]
}
}