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

Framework Agreement for the Provision of Undertaking the Routine Maintenance and Monitoring of Intruder Alarm Systems

  • First published: 24 November 2023
  • Last modified: 24 November 2023

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-h6vhtk-041bd5
Published by:
Staffordshire County Council
Authority ID:
AA20198
Publication date:
24 November 2023
Deadline date:
22 December 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
35121700 Alarm systems Security equipment
31625000 Burglar and fire alarms Sound or visual signalling apparatus
45312200 Burglar-alarm system installation work Alarm system and antenna installation work
50324100 System maintenance services Support services of personal computers

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
michelle.davies@staffordshire.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.