Maintenance of Fire Dampers

Award

Value

£0

Classifications

  • Installation services of fire protection equipment

Tags

  • award

Submission Deadline

1 year ago

Published

1 year ago

Description

This procurement is for the Testing and Maintenance of Fire Dampers at the University of Kent Canterbury and Medway campuses.

The contractor shall provide Fire Damper Testing and will carry out a safety inspection and drop test for the Fire Dampers in accordance with British Standard 9999:2017 and in compliance with BESA Technical Bulletin VH001 3rd edition and the Fire Safety Order 2005.

The contractor shall test all spring operated and electronically controlled fire dampers annually and supply the University of Kent with a test certificate and photo report for each damper.  Where fire dampers are connected to the fire alarm system, these links to the fire alarm system need to be checked as part of these works.

The contract will commence on the 01/04/2024 and run for a period of 1 year until 31/03/2025.  

The University reserves the right to extend the contract for a period of 1+1+1 years at the end of the original contract period, which will be agreeable annually in 12 month instalments.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Compliance Services

Norwich City Council ((NCC) is seeking to appoint a single contractor to deliver a long-term Compliance Services Contract covering (but not restricted to) statutory inspection, testing, servicing, maintenance, repairs and associated upgrades across its housing stock and communal areas. The scope of services will include, but is not limited to, emergency and communal lighting, fire alarms and detection systems, automatic opening vents, warden call systems, domestic flat entrance door inspections, lateral and rising mains, access control systems, high-rise building ventilation, lightning protection, cold water storage tanks, dry risers, legionella risk assessments, and refuse chute cleaning. NCC reserve the right to include other relevant and appropriate services to this Contract at any time during the term. The Contract will run for an initial term of five years, with the option to extend for up to two further periods of five years each, giving a maximum possible duration of fifteen years using the JCT MTC (2024) form of Contract with a schedule of amendments, and will be awarded to a single Contractor. The estimated total contract value is £35.1 million inclusive of VAT. The procurement will be conducted under the Open Procedure in line with the Procurement Act 2023 and associated Procurement Regulations 2024, and the contract will be awarded on the basis of the Most Advantageous Tender, using a 60/40 quality to price weighting. The primary CPV code for this procurement is 50710000 (Repair and maintenance services of electrical and mechanical building installations), with additional relevant CPV codes covering specialist workstreams including legionella risk assessments, refuse chute cleaning, fire alarm systems, electrical installations and mechanical engineering works. The services are to be delivered across Norwich and the wider Norfolk area. NCC reserve the right to cancel the procurement and not to proceed with the Contract at any stage of the procurement process. NCC also reserves the right not to award the Contract. Neither NCC nor any person on whose behalf this procurement is undertaken is to be liable for any costs incurred by those expressing an interest or tendering for the Contract.

Katy Reed

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete