Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Staffordshire County Council
Tipping Street
STAFFORD
ST162DH
UK
Contact person: Michelle Davies
E-mail: michelle.davies@staffordshire.gov.uk
NUTS: UKG2
Internet address(es)
Main address: https://www.staffordshire.gov.uk/Homepage.aspx
Address of the buyer profile: https://supplierlive.proactisp2p.com
I.1) Name and addresses
Cannock Chase District Council
Cannock
UK
E-mail: michelle.davies@staffordshire.gov.uk
NUTS: UKG2
Internet address(es)
Main address: https://www.cannockchasedc.gov.uk/
Address of the buyer profile: https://supplierlive.proactisp2p.com
I.1) Name and addresses
South Staffordshire District Council
Codsall, South Staffordshire
UK
E-mail: michelle.davies@staffordshire.gov.uk
NUTS: UKG2
Internet address(es)
Main address: https://www.sstaffs.gov.uk/
Address of the buyer profile: https://supplierlive.proactisp2p.com
I.1) Name and addresses
Stafford Borough Council
Stafford
UK
E-mail: michelle.davies@staffordshire.gov.uk
NUTS: UKG2
Internet address(es)
Main address: https://www.staffordbc.gov.uk/
Address of the buyer profile: https://supplierlive.proactisp2p.com
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://supplierlive.proactisp2p.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://supplierlive.proactisp2p.com
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework Agreement for the Provision of Undertaking the Routine Maintenance and Monitoring of Intruder Alarm Systems
Reference number: IA3082
II.1.2) Main CPV code
50324100
II.1.3) Type of contract
Services
II.1.4) Short description
This framework is for the provision of undertaking the routine maintenance and monitoring of Intruder Alarm Systems. There are currently 478 properties covered by the existing arrangement.
For clarification purposes, Alarm Monitoring may include Intruder Alarms, Fire Alarms, Panic Alarms and Engineering Alarms within properties under the administration of Staffordshire County Council and its Contract Managing Agent.
This semi-comprehensive framework includes the following elements within the tendered service rate:
i) 2 evenly spaced service visits per annum
ii) 24/7 Monitoring for all aforementioned alarms if required.
iii) Attendance to all callouts for items covered by this framework
iv) All labour, materials and components for breakdowns, with the exception of the components and associated labour excluded in section 'Contract Exclusions'.
Responsive Maintenance
A working hours callout facility is required to deliver responsive maintenance activities as described later in this document with a 4-hour response limit deliverable 24/7.
Please note this is a Single Supplier Framework.
II.1.5) Estimated total value
Value excluding VAT:
875 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
31625000
35121700
45312200
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Staffordshire
II.2.4) Description of the procurement
The tender opportunity will be undertaken through the Authority's e-tendering system Proactis https://supplierlive.proactisp2p.com
Suppliers should set up a profile on Proactis by completing their company details first. Then registering their interest to this specific tender opportunity by searching under reference IA3082.
Any questions regarding this opportunity should go through the 'message function'.
Please do not contact the Buyer direct.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20
Price
/ Weighting:
80
II.2.6) Estimated value
Value excluding VAT:
875 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2024
End:
30/04/2028
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Options to extend for a further 2 x 12 month to the 30 April 2027 and 30 April 2028
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
Please note Stafford Borough Council, Cannock Chase District and South Staffordshire Council are not responsible for this procedure, they are a named organisation who may call off from the Framework.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Staffordshire County Council require its successful Supplier to have ongoing 3rd party accreditations which meet the following requirements during the term of the Framework:
To have a compliant Health & Safety accreditation performed by a Safety Schemes in Procurement ('SSIP'). For more information refer to the link https://ssip.org.uk/members/#
Valid and compliant member of an independent pre-qualification accrediting body. For example, Constructionline (accredited to a minimum membership level of 'SILVER') or other equivalent bodies, offer such a service.
Note 1 - the accrediting bodies must allow for annual refreshes/vetting of the Supplier in the areas above
Note 2 - where brand names are mentioned, the Authority will consider equivalents
Note 3 - evidence of the above accreditations MUST be provided to the Authority by successful Supplier prior to Contract Award
PAS91 C4: Health and safety: policy and capability or provide an exemption (details provided in the Questionnaire).
Suppliers are required to make sure trained members of staff meet the competency requirements detailed in points below:
All personnel must evidence training for working at heights within the past 5 years.
Any personnel operating specific access equipment must evidence training for that type of equipment- such as ladders, podium steps, scaffold towers, MEWP's or any other specialist access equipment, within 5 the past years.
All personnel must have undertaken asbestos awareness training within the past 12 months accredited by UKATA, IATP or equivalent.
It is essential for the Contract Supervisor who will be utilised on this contract to be:
Suitably qualified, competent and have a minimum of 5 years' experience in undertaking routine intruder alarm maintenance works and fault finding on commercial/industrial intruder alarm systems.
Have a minimum of 5 years' experience with supervising similar intruder alarm maintenance contracts.
The Contract Supervisor should also have attained at least one of the qualifications below:
City & Guilds Level 2 Certificate in Knowledge of Electronic Security and Emergency systems (1853-02).
City & Guilds Level 3 Diploma in Knowledge of Electronic Security and Emergency systems (1853-03).
City & Guilds Level 2/3 Certificate/Diploma in Providing Knowledge of Electronic Security and Emergency systems (2882-02/03).
ONC/HNC electrical /mechanical qualification.
Electrical or Mechanical or Managerial Degree.
Any personnel utilised on this contract must have an Enhanced DBS check
PLEASE REFER TO THE PROCUREMENT DOCUMENTATION FOR MORE DETAIL
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/12/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
22/12/2023
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
Staffordshire County Council
Stafford
UK
VI.5) Date of dispatch of this notice
22/11/2023