UK-Stockton-on-Tees: Burglar and fire alarms.

UK-Stockton-on-Tees: Burglar and fire alarms.
Section I: Contracting Authority
I.1) Name and addresses
Northern Education Trust
Talbot Street, Stockton-on-Tees, TS20 2AY, United Kingdom
Tel. +44 1642612381, Email: procurement@northerneducationtrust.org
Main Address: https://net.delta-esourcing.com/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://net.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://net.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Education Sector
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Fire and Intruder
Reference Number: Not provided
II.1.2) Main CPV Code:
31625000 - Burglar and fire alarms.
FB08-8 - For fire protection

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Northern Education Trust wishes to appoint a supplier to provide the Planned Preventative Maintenance (PPM) testing and Reactive Maintenance (RM) for various Fire and Security services across all of its UK locations. The services are broken down into 4 distinctive areas :-

Fire Alarm Systems
Intruder Alarm Systems
Fire Extinguishers, Hose Reels and Blankets
Emergency Lighting Systems



The selected supplier will manage the PPM and RM by acting as the single point of contact for enquiries about the service.

Key Objectives:

• To deliver a reliable, high quality PPM testing and RM fault breakdown service.
• To provide service flexibility to meet present and future demands from the Northern Education Trust Estates Team .
• To support the Trusts Vision and Values
• To maximise value for money for the Trust

Indicative annual cost: £80,000 - £100,000

A 3 plus 2 year contract is proposed.
II.1.5) Estimated total value:
Value excluding VAT: 400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Northern Education Trust wishes to appoint a supplier to provide the Planned Preventative Maintenance (PPM) testing and Reactive Maintenance (RM) for various Fire and Security services across all of its UK locations. The services are broken down into 4 distinctive areas :-

Fire Alarm Systems
Intruder Alarm Systems
Fire Extinguishers, Hose Reels and Blankets
Emergency Lighting Systems



The selected supplier will manage the PPM and RM by acting as the single point of contact for enquiries about the service.

Key Objectives:

• To deliver a reliable, high quality PPM testing and RM fault breakdown service.
• To provide service flexibility to meet present and future demands from the Northern Education Trust Estates Team .
• To support the Trusts Vision and Values
• To maximise value for money for the Trust

Indicative annual cost: £80,000 - £100,000
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: 36 month contract with potential to extend for a further 2 years subject to contract performance.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided


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:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: No.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 04/08/2021 Time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 05/08/2021
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://net.delta-esourcing.com/tenders/UK-UK-Stockton-on-Tees:-Burglar-and-fire-alarms./9P29GQU67T

To respond to this opportunity, please click here:
https://net.delta-esourcing.com/respond/9P29GQU67T
VI.4) Procedures for review
VI.4.1) Review body:
Northern Education Trust
Talbot Street, Stockton-on-Tees, TS20 2AY, United Kingdom
Tel. +44 1642612381
VI.4.2) Body responsible for mediation procedures:
Northern Education Trust
Talbot Street, Stockton-on-Tees, TS20 2AY, United Kingdom
Tel. +44 1642612381
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Northern Education Trust
Talbot Street, Stockton-on-Tees, TS20 2AY, United Kingdom
Tel. +44 1642612381
VI.5) Date Of Dispatch Of This Notice: 06/07/2021

Annex A