Published date: 26 June 2017

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 10 July 2017

Contract summary

Industry

  • Construction work - 45000000

Location of contract

Yorkshire and the Humber

Value of contract

£230,000

Procurement reference

HULLCC001-DN282829-40853140

Published date

26 June 2017

Closing date

10 July 2017

Contract start date

14 August 2017

Contract end date

3 November 2017

Contract type

Works

Procedure type

Open procedure

Any interested supplier may submit a tender in response to an opportunity notice.

Contract is suitable for SMEs?

No

Contract is suitable for VCSEs?

No


Description

The aim of the project is to entirely replace the fire alarm system at City Hall, Hull, and to extend and upgrade the system category to L1, all in accordance with BS5839-1. The Contractor shall be experienced in the provision of fire alarm systems in Grade 2 listed buildings, public buildings and Theatres / performance spaces. The work will include the supply and installation of a new analogue, networked addressable fire alarm system, approved to EN54, complying with BS 5839-1:2013, along with repeater panels, smoke, heat and multi-detectors (AFD), including beam detection and aspirating detectors, visual alarm devices (VAD) and manual call points (MCP), and also a Public Address Alarm loud-speaker system in the auditorium. The new system shall feature 72hr external battery back-up, a front-end software management programme, a number of mains-voltage interface requirements, a key-operated input for the end-user to override multi-detector settings and a dial-out and paging facility. The
system shall be linked to the building's intruder alarm system and, via a Dual-com interface, communicate (relevant) alarms to Hull City Council's alarm receiving center (ARC) Civic 1. The contractor will price the scheme based on a general aim to use wireless technology throughout. The re-use of any existing cables for electrical connections shall be based on such cables being
tested and inspected and deemed acceptable. New wiring (for e.g. to transceivers, interface outputs, or where wired devices are required) shall be done in MICC cable and be flush or hidden wherever possible. Cable routes shall be agreed with the Asbestos specialist and where required, pulled in by Asbestos specialists. The contractor shall allow for all attendance with the Asbestos
specialist who will be appointed direct to the client.


About the buyer

Contact name

Dwain Cox

Address

Earl House
Colonial Street
Hull
HU2 8JY
United Kingdom

Telephone

+44 1482816164

Email

dwain.cox@nps.co.uk

Website

http://www.hullcc.gov.uk