Contract notice

Information

Published

Date of dispatch of this notice: 17/02/2020

Expire date: 27/05/2020

External Reference: 2020-260880

TED Reference: 2020/S 036-085190

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

University College Cork ( UCC )
N/A
6 Elderwood
Cork
College Rd
IE
Contact person: Mike McGrath
Telephone: +353 214903514
Internet address(es):
Main address: http://www.ucc.ie

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=162456&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Fire & Gas Alarm Maintenance Services in University College Cork
Reference number:  UCC/2020/01
II.1.2)

Main CPV code

50413100  -  Repair and maintenance services of gas-detection equipment
II.1.3)

Type of contract

Services
II.1.4)

Short description

UCC wishes to appoint a Specialist Fire/Gas Safety System Contractor, to carry out all necessary works to maintain these critical safety systems, in compliance with all current regulations/best practice including IS 3218:2013, etc.
This public procurement competition will be divided into 4 lots (each a “Lot”) as described below. Each Lot will result in a separate contract.
Lot 1 Fire Alarm Systems Maintenance (Main Campus & Outlying Areas, inc Campus Accommodation)
Lot 2 Lab Gas Detection Systems Maintenance (Main Campus & Outlying Areas)
Lot 3 Fire Alarm / Lab Gas Detection Systems Maintenance (Tyndall)
Lot 4 Fire Alarm / Lab Gas Detection & Sampling Systems Maintenance (WGB & BHSC).
Service Provision for Lots 1, 2 and 3 is anticipated to commence on June 1st, 2020 while services for Lot 4 will commence on October 1st, 2020. All service contracts will conclude on the same date in future.
II.1.5)

Estimated total value

Value excluding VAT: 1500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Fire Alarm Systems Maintenance (Main Campus & Outlying Areas, inc Campus Accommodation)
Lot No:  1
II.2.2)

Additional CPV code(s)

31625000  -  Burglar and fire alarms
31625100  -  Fire-detection systems
35121700  -  Alarm systems
II.2.3)

Place of performance

Main site or place of performance:  
Cork
II.2.4)

Description of the procurement

The Contractor will provide Planned Preventative Maintenance (PPM) and a Call out Services on the Assets as detailed in Appendix 1B Asset Register , sheet ‘Lot 1 Main and Outlying Fire’, on the Main Campus & Outlying Areas to the Main Campus, and all UCC Campus Accommodation residences, in accordance with the current edition of IS 3218.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Client reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions permitted subject to its obligations at law
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
II.2)

Description

II.2.1)

Title

Lab Gas Detection Systems Maintenance (Main Campus & Outlying Areas)
Lot No:  2
II.2.2)

Additional CPV code(s)

35121700  -  Alarm systems
50413100  -  Repair and maintenance services of gas-detection equipment
II.2.3)

Place of performance

Main site or place of performance:  
Cork
II.2.4)

Description of the procurement

The Contractor will provide Planned Preventative Maintenance (PPM) and a Call out Services on the Assets as detailed in Appendix 1B Asset Register, ‘Lot 2 Lab Gas Main Campus & Out’, on the Main Campus & Outlying Areas, in accordance with BS EN 50073 and BS EN 50291.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Client reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions permitted subject to its obligations at law
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
II.2)

Description

II.2.1)

Title

Fire Alarm / Lab Gas Detection Systems Maintenance (Tyndall)
Lot No:  3
II.2.2)

Additional CPV code(s)

31625000  -  Burglar and fire alarms
31625100  -  Fire-detection systems
35121700  -  Alarm systems
50413100  -  Repair and maintenance services of gas-detection equipment
II.2.3)

Place of performance

Main site or place of performance:  
Cork
II.2.4)

Description of the procurement

The Contractor will provide Planned Preventative Maintenance (PPM) and a Call out Services in the Tyndall National Institute situated in the Lee Maltings, Prospect Row, Cork in accordance with IS 3218:2013
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Client reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions permitted subject to its obligations at law
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
II.2)

Description

II.2.1)

Title

Fire Alarm / Lab Gas Detection & Sampling Systems Maintenance (WGB & BHSC)
Lot No:  4
II.2.2)

Additional CPV code(s)

31625000  -  Burglar and fire alarms
31625100  -  Fire-detection systems
35121700  -  Alarm systems
II.2.3)

Place of performance

Main site or place of performance:  
Cork
II.2.4)

Description of the procurement

The Contractor will provide Planned Preventative Maintenance (PPM) and a Call out Services in the Western Gateway Building (WGB) & Brookfield Health Sciences Complex (BHSC) in accordance with IS 3218:2013. These buildings have mixed uses incorporating undergraduate teaching and learning, post graduate research, a crèche, conferencing etc
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
The Client reserves the right to extend the Term for a period or periods of up to 12 months with a maximum of 2 such extensions permitted subject to its obligations at law
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.1.2)

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.2.3)

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

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 : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  27/03/2020
Local time:  12:00
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 : 6  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  27/03/2020
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
3-5 Years
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

High Court
Dublin
IE