Construction Contract Leads
United Kingdom
Category Works
Type
No. of Lots 1
Status Active
Published 22nd Nov 2023
Reference | ocds-h6vhtk-034dc4 |
Common Procurement Vocabulary | Fire-alarm system installation work |
Procurement Method | Open procedure |
Value | £500,000 |
United Kingdom
Category Works
Type
No. of Lots 1
Status Active
Published 22nd Nov 2023
Reference | ocds-h6vhtk-034dc4 |
Common Procurement Vocabulary | Fire-alarm system installation work |
Procurement Method | Open 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
NAO.Procurement [at] nao.org.uk
Telephone
+44 20777987000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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
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).