Construction Tenders

Fri October 18 2024

Related Information

Construction Contract Leads

United Kingdom

Category Works

Type

No. of Lots 1

Status Active

Published 22nd Nov 2023

Tender Details
Referenceocds-h6vhtk-034dc4
Common Procurement VocabularyFire-alarm system installation work
Procurement MethodOpen procedure
Value£500,000
« Previous Page

United Kingdom

Category Works

Type

No. of Lots 1

Status Active

Published 22nd Nov 2023

Tender Details
Referenceocds-h6vhtk-034dc4
Common Procurement VocabularyFire-alarm system installation work
Procurement MethodOpen procedure
Value£500,000

Section I: Contracting authority

I.1) Name and addresses

National Audit Office

157-197 Buckingham Palace Road, Victoria

London

SW1W 9SP

Contact

NAO Central Procurement Team

Email

NAO.Procurement [at] nao.org.uk

Telephone

+44 20777987000

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.nao.org.uk/

Buyer's address

https://login.bipsolutions.com/cas/login

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-alarm-system-installation-work./S58P5J2KXV

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fire Detection and Alarm System Replacement for NAO

Reference number

CPT_23_03

II.1.2) Main CPV code

  • 45312100 - Fire-alarm system installation work

II.1.3) Type of contract

Works

II.1.4) Short description

A works contract for the provision of a replacement Fire Detection and Alarm System for the National Audit Office.

The estimated contract value in this notice excludes VAT.

II.1.5) Estimated total value

Value excluding VAT: £500,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems
  • 35121700 - Alarm systems
  • 45312100 - Fire-alarm system installation work
  • 79711000 - Alarm-monitoring services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.2.4) Description of the procurement

The provider will be responsible for the design, supply, installation, commissioning, testing & handover services in relation to the replacement fire detection and alarm system, and the strip-out of existing fire system services as detailed in the Contract Requirements and Specification of Works (documents can be accessed via the link at I.3 Communication above).

The Award Criteria can be found in the procurement documents (documents can be accessed via the link at I.3 Communication above).

II.2.5) Award criteria

Quality criterion - Name: Quality Questions / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £500,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

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


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

In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, applicants will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please refer to the Invitation to Tender Documents for further details.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 2023/S 000-000001

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

17 January 2024

Local time

12:00pm

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

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

17 January 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

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://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-alarm-system-installation-work./S58P5J2KXV" target="_blank">https://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-alarm-system-installation-work./S58P5J2KXV

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/S58P5J2KXV" target="_blank">https://www.delta-esourcing.com/respond/S58P5J2KXV

GO Reference: GO-20231122-PRO-24555232

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

London

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).