Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Intruder Alarm Maintenance and Monitoring

  • First published: 22 June 2018
  • Last modified: 22 June 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-082906
Published by:
Bridgend County Borough Council
Authority ID:
AA0417
Publication date:
22 June 2018
Deadline date:
23 July 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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.

Full notice text

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 Limits

Time-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 up

EN 

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

Coding

Commodity categories

ID Title Parent category
45312000 Alarm system and antenna installation work Electrical installation work
35121700 Alarm systems Security equipment
79711000 Alarm-monitoring services Security services
31625000 Burglar and fire alarms Sound or visual signalling apparatus
45312200 Burglar-alarm system installation work Alarm system and antenna installation work
31625300 Burglar-alarm systems Burglar and fire alarms
35100000 Emergency and security equipment Security, fire-fighting, police and defence equipment
35121000 Security equipment Surveillance and security systems and devices
35120000 Surveillance and security systems and devices Emergency and security equipment
50324100 System maintenance services Support services of personal computers
73431000 Test and evaluation of security equipment Test and evaluation

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
22 June 2018
Deadline date:
23 July 2018 00:00
Notice type:
Contract Notice
Authority name:
Bridgend County Borough Council
Publication date:
25 September 2018
Notice type:
Contract Award Notice
Authority name:
Bridgend County Borough Council

About the buyer

Main contact:
phil.davies@bridgend.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.