Skip to main content.

Northern Education Trust: Fire and Intruder

  Northern Education Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Fire and Intruder
Notice type: Contract Notice
Authority: Northern Education Trust
Nature of contract: Supplies
Procedure: Negotiated
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.
Published: 06/07/2021 10:46

View Full Notice

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


View any Notice Addenda

View Award Notice

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

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.4)Type of the contracting authority:
      Other type:: Education Sector

   I.5) Main activity:
      Education

Section II: Object Of The Contract

   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.1.6) Information about lots
         This contract is divided into lots: No
                              
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 348,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the 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:
       Not Provided

      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
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive procedure with negotiation


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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 OJEU: 2021/S 000-015543
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/10/2021

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Chubb Fire and Security Limited, 00524469
             Littleton Road, Staines Road, Ashford, TW15 1TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 492,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/10/2021

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Chubb Fire and Security Limited, 00524469
             Littleton Road, Staines Road, Ashford, TW15 1TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 492,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/10/2021

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Chubb Fire and Security Limited, 00524469
             Littleton Road, Staines Road, Ashford, TW15 1TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 400,000          
         Total value of the contract/lot: 348,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 18/10/2021

      V.2.2) Information about tenders
         Number of tenders received: 6
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Chubb Fire and Security Limited, 00524469
             Littleton Road, Staines Road, Ashford, TW15 1TZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 492,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://net.delta-esourcing.com/delta/viewNotice.html?noticeId=635054963

   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
          Internet address: https://www.northerneducationtrust.org

      VI.4.2) Body responsible for mediation procedures
          High Court
          London, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
          High Court
          London, United Kingdom

   VI.5) Date of dispatch of this notice: 19/10/2021