Tender

Annual Servicing, Maintenance and Emergency Callout/Repair of Intruder Alarm Equipment

  • South Wales Police

F02: Contract notice

Notice identifier: 2025/S 000-005354

Procurement identifier (OCID): ocds-h6vhtk-04e29c

Published 17 February 2025, 12:16pm



Section one: Contracting authority

one.1) Name and addresses

South Wales Police

Cowbridge Road

BRIDGEND

CF313SU

Contact

Matthew Green

Email

Matthew.Green@south-wales.pnn.police.uk

Telephone

+44 1656655555

Country

United Kingdom

Region code

UKL - Wales

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.south-wales.police.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etenderwales.bravosolution.co.uk/go/792585800194D0293EB3

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/go/792585800194D0293EB3

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Annual Servicing, Maintenance and Emergency Callout/Repair of Intruder Alarm Equipment

Reference number

JCPS0710

two.1.2) Main CPV code

  • 31625000 - Burglar and fire alarms

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Police and Crime Commissioner for South Wales requires a Contractor to service and maintain Intruder Alarm Equipment throughout the force area. The service shall include Emergency Call Outs and the repair and planned installation of new systems.

Scope of Works

The Contractor shall be required to undertake the following general activities; these include but are not limited to:

I. Regular scheduled inspection, servicing and testing of Intruder Alarm Equipment with the submission of associated service reports

II. Maintenance / repair work, in response to breakdowns, callouts or as a result of an inspection during a routine service visit, or upon request from an authorised representative

III. Installations as requested by quotation for specific package of work (for an example see appendix D)

IV. Provision of Alarm monitoring via Alarm Receiving Centre (ARC),

The Contractor shall minimise the need for call-outs by inspecting the systems during routine service visits with the view to affecting any minor repairs, replacements or maintenance during these visits following agreement in writing from the Authorised Officer.

The Contractor shall provide regular scheduled inspections, servicing and testing of Intruder Alarm Equipment including the submission of associated service reports.

The Contractor shall provide the provision of maintenance / repair work, in response to breakdowns, callouts or as a result of an inspection during a routine service visit, or upon request from an authorised representative.

The Contractor shall provide quotations for specific packages of work of new alarm installations and equipment when requested to do so by the Authorised Officer.

The Contractor shall provide Alarm monitoring via an Alarm Receiving Centre (ARC) for all sites currently monitored.

two.1.5) Estimated total value

Value excluding VAT: £130,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

The Police and Crime Commissioner for South Wales requires a Contractor to service and maintain Intruder Alarm Equipment throughout the force area. The service shall include Emergency Call Outs and the repair and planned installation of new systems.

Scope of Works

The Contractor shall be required to undertake the following general activities; these include but are not limited to:

I. Regular scheduled inspection, servicing and testing of Intruder Alarm Equipment with the submission of associated service reports

II. Maintenance / repair work, in response to breakdowns, callouts or as a result of an inspection during a routine service visit, or upon request from an authorised representative

III. Installations as requested by quotation for specific package of work (for an example see appendix D)

IV. Provision of Alarm monitoring via Alarm Receiving Centre (ARC),

The Contractor shall minimise the need for call-outs by inspecting the systems during routine service visits with the view to affecting any minor repairs, replacements or maintenance during these visits following agreement in writing from the Authorised Officer.

The Contractor shall provide regular scheduled inspections, servicing and testing of Intruder Alarm Equipment including the submission of associated service reports.

The Contractor shall provide the provision of maintenance / repair work, in response to breakdowns, callouts or as a result of an inspection during a routine service visit, or upon request from an authorised representative.

The Contractor shall provide quotations for specific packages of work of new alarm installations and equipment when requested to do so by the Authorised Officer.

The Contractor shall provide Alarm monitoring via an Alarm Receiving Centre (ARC) for all sites currently monitored.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £160,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2029

This contract is subject to renewal

Yes

Description of renewals

With the option to extend Annually until

31/03/31

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

10 March 2025

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

London

Country

United Kingdom