CONTRACT NOTICE – NATIONAL
|
SERVICES |
1 Authority Details
|
1.1
|
Authority Name and Address
|
|
Bridgend County Borough Council |
Corporate Procurement,, Bridgend County Borough Council, Civic Offices, Angel Street, |
Bridgend |
CF31 4WB |
UK |
Phil Davies |
+44 1656642592 |
phil.davies@bridgend.gov.uk |
|
www.bridgend.gov.uk www.etenderwales.bravosolution.co.uk www.etenderwales.bravosolution.co.uk |
|
1.2
|
Address from which documentation may be obtained
As in 1.1
|
1.3
|
Completed documents must be returned to:
As in 1.1
|
2 Contract Details
|
2.1
|
Title
Intruder Alarm Maintenance and Monitoring
|
2.2
|
Description of the goods or services required
This is an Invitation to Tender for the Provision of Intruder Alarm Maintenance and Monitoring to Bridgend County Borough Council (Bridgend CBC).
BCBC have a wide range of intruder alarm systems within their premises, therefore all Engineers employed by the specialist must be fully trained and conversant with these systems. Engineers shall also be capable of making simple changes to the range of Systems; any software requirements must be included within the contract.
The Contractor shall carry out routine Inspection and Testing of the Intruder Alarm installations to the premises detailed, in accordance with BS 4737, BS 5979 and BS 6799 (Including all amendments). The Inspection and Testing is outlined below:
a) “A” Service: This service shall be in accordance with the recommendations for a Biannual Inspection and test as detailed in BS 4737, BS 5979 and BS 6799.
b) “B” Service: This service shall be in accordance with the recommendations for an Annual Inspection and test as detailed in BS 4737, BS 5979 and BS 6799 and shall include one of the required Biannual “A” Service Inspections described above on the same Site Visit.
c) Monitoring and Maintenance Services: This service is required for certain premises as detailed in the Property Schedule. This contract includes a 24 hour 365 day per year alarm monitoring requirement via a recognised monitoring company, to be approved by the Contract Administrator (CA). The monitoring service requires maintenance on an annual basis and can be performed at the same time as the annual ‘B’ Service.
See Tender Documents.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=82906
|
2.3
|
Notice Coding and Classification
|
|
|
|
|
31625000 |
|
Burglar and fire alarms |
|
31625300 |
|
Burglar-alarm systems |
|
35100000 |
|
Emergency and security equipment |
|
35120000 |
|
Surveillance and security systems and devices |
|
35121000 |
|
Security equipment |
|
35121700 |
|
Alarm systems |
|
45312000 |
|
Alarm system and antenna installation work |
|
45312200 |
|
Burglar-alarm system installation work |
|
50324100 |
|
System maintenance services |
|
73431000 |
|
Test and evaluation of security equipment |
|
79711000 |
|
Alarm-monitoring services |
|
|
|
|
|
1017 |
|
Bridgend and Neath Port Talbot |
|
2.4
|
Total quantity or scope of tender
The Contract is competed over a single Lot and covers the Authority's requirements for Intruder Alarm Annual Maintenance Services in accordance with in BS 4737, BS 5979 and BS 6799 (Including all Amendments) and is spread over circa. 60 Sites within the County Borough of Bridgend. There is also a requirement for Intruder Alarm Monitoring and Maintenance Services on some of the Sites.
See Tender Documents.
|
3 Conditions for Participation
|
3.1
|
Minimum standards and qualification required
The Bidder must meet the following conditions:
* British Standard Codes of Practice.
* British Standard Specifications.
* National Security Institution (NSI) – Gold Accreditation (Copy of Certificate required).
See Tender Documents.
|
4 Administrative Information
|
4.1
|
Type of Procedure
Single stage
|
4.2
|
Reference number attributed to the notice by the contracting authority
B322/18
|
4.3
|
Time LimitsTime-limit for receipt of completed tenders
23-07-2018
Time 12:00
Estimated award date 13-08-2018 |
4.5
|
Language or languages in which tenders or requests to participate can be drawn upEN
Welsh
|
4.6
|
Tender Submission Postbox
|
5 Other Information
|
5.1
|
Additional Information
See Tender Documents.
(WA Ref:82906)
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
No Community Benefits have been specifically listed under this contract, however, please see the statement below.
Procurement is viewed as a key driver for delivering the organisation’s sustainable development commitments. The organisation is striving to develop a vibrant Welsh economy capable of delivering strong and sustainable economic growth by providing opportunities for everyone in Wales. Sustainable Development means ensuring that our actions contribute in the round to social, economic and environmental well-being now and in the future; improving the environment, building stronger communities, reducing social exclusion and poverty and encouraging the development of the economy.
The organisation’s commitment to deliver ‘community benefit’ outcomes from our procurement activity is designed to ensure that wider social and economic issues are taken into account when spending public money. The intention is to achieve the very best value for money in the widest sense.
The buyer considers that this contract is suitable for consortia bidding.
|
5.2
|
Additional Documentation
|
5.3
|
Publication date of this notice 22-06-2018 |