National Maritime Museum is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Fire Detection and Fire Alarm Service and Maintenance |
Notice type: | Contract Notice |
Authority: | National Maritime Museum |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | To provide comprehensive service and maintenance cover of the fire systems throughout the NMM Estate. The service will include the fire controls and all affiliated plant and kit, the fire suppression systems and the mist systems, and record management in accordance with British Standards. |
Published: | 26/02/2024 13:29 |
View Full Notice
UK-London: Fire-prevention services.
Section I: Contracting Authority
I.1) Name and addresses
National Maritime Museum, United Kingdom
Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 7779662327, Email: kbrennan@rmg.co.uk
Contact: Kevin Brennan
Main Address: www.rmg.co.uk, Address of the buyer profile: www.rmg.co.uk
NUTS Code: UKI51
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
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-prevention-services./393WT3558Z
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-detection-systems./393WT3558Z 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:: Charity
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Fire Detection and Fire Alarm Service and Maintenance
Reference Number: Not provided
II.1.2) Main CPV Code:
75251110 - Fire-prevention services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: To provide comprehensive service and maintenance cover of the fire systems throughout the NMM Estate. The service will include the fire controls and all affiliated plant and kit, the fire suppression systems and the mist systems, and record management in accordance with British Standards.
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:
UKI51 Bexley and Greenwich
II.2.4) Description of procurement: To provide comprehensive service and maintenance cover of the fire systems throughout the NMM Estate. The service will include the fire controls and all affiliated plant and kit, the fire suppression systems and the mist systems, and record management in accordance with British Standards.
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: 400,000
Currency: GBP
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: 3 years term, plus 1 year, plus 1 year
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: Yes
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/393WT3558Z
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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 OPEN
IV.1.1) Type of procedure: Open Acclerated
Justification for the choice of accelerated procedure: No justification required
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.1.6) 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: Yes
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: 27/03/2024 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:
Until: 13/06/2024
IV.2.7) Conditions for opening of tenders:
Date: 27/03/2024
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years
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://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-prevention-services./393WT3558Z
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/393WT3558Z
VI.4) Procedures for review
VI.4.1) Review body:
National Maritime Museum
Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 7779662327, Email: kbrennan@rmg.co.uk
Internet address: www.rmg.co.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 26/02/2024
Annex A
Section I: Contracting Authority
I.1) Name and addresses
National Maritime Museum, United Kingdom
Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 7779662327, Email: kbrennan@rmg.co.uk
Contact: Kevin Brennan
Main Address: www.rmg.co.uk, Address of the buyer profile: www.rmg.co.uk
NUTS Code: UKI51
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
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-prevention-services./393WT3558Z
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-detection-systems./393WT3558Z 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:: Charity
I.5) Main activity
Recreation, culture and religion
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Fire Detection and Fire Alarm Service and Maintenance
Reference Number: Not provided
II.1.2) Main CPV Code:
75251110 - Fire-prevention services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: To provide comprehensive service and maintenance cover of the fire systems throughout the NMM Estate. The service will include the fire controls and all affiliated plant and kit, the fire suppression systems and the mist systems, and record management in accordance with British Standards.
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:
UKI51 Bexley and Greenwich
II.2.4) Description of procurement: To provide comprehensive service and maintenance cover of the fire systems throughout the NMM Estate. The service will include the fire controls and all affiliated plant and kit, the fire suppression systems and the mist systems, and record management in accordance with British Standards.
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: 400,000
Currency: GBP
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: 3 years term, plus 1 year, plus 1 year
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: Yes
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/393WT3558Z
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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 OPEN
IV.1.1) Type of procedure: Open Acclerated
Justification for the choice of accelerated procedure: No justification required
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.1.6) 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: Yes
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: 27/03/2024 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:
Until: 13/06/2024
IV.2.7) Conditions for opening of tenders:
Date: 27/03/2024
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years
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://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-prevention-services./393WT3558Z
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/393WT3558Z
VI.4) Procedures for review
VI.4.1) Review body:
National Maritime Museum
Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 7779662327, Email: kbrennan@rmg.co.uk
Internet address: www.rmg.co.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 26/02/2024
Annex A
View any Notice Addenda
View Award Notice
UK-London: Fire-prevention services.Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
National Maritime Museum, United Kingdom
Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 7779662327, Email: kbrennan@rmg.co.uk
Contact: Kevin Brennan
Main Address: www.rmg.co.uk, Address of the buyer profile: www.rmg.co.uk
NUTS Code: UKI51
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:: Charity
I.5) Main activity:
Recreation, culture and religion
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Fire Detection and Fire Alarm Service and Maintenance
Reference number: Not Provided
II.1.2) Main CPV code:
75251110 - Fire-prevention services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: To provide comprehensive service and maintenance cover of the fire systems throughout the NMM Estate. The service will include the fire controls and all affiliated plant and kit, the fire suppression systems and the mist systems, and record management in accordance with British Standards.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI51 - Bexley and Greenwich
Main site or place of performance:
Bexley and Greenwich
II.2.4) Description of the procurement: To provide comprehensive service and maintenance cover of the fire systems throughout the NMM Estate. The service will include the fire controls and all affiliated plant and kit, the fire suppression systems and the mist systems, and record management in accordance with British Standards.
II.2.5) Award criteria:
Price - Weighting: 10
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/393WT3558Z
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open Accelerated
Justification for the choice of accelerated procedure: No justification required
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2024/S 000-006115
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: No
V.1) Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure):
Notice reference (year and document number): 2024 - 006115
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=846127527
VI.4) Procedures for review
VI.4.1) Review body
National Maritime Museum
Park Row, Greenwich, London, SE10 9NF, United Kingdom
Tel. +44 7779662327, Email: kbrennan@rmg.co.uk
Internet address: www.rmg.co.uk
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
Not Provided
VI.5) Date of dispatch of this notice: 29/02/2024