Tender

The Provision of Security and Fire Systems

  • Police and Crime Commissioner for Dyfed-Powys

F02: Contract notice

Notice identifier: 2024/S 000-029242

Procurement identifier (OCID): ocds-h6vhtk-049a53

Published 12 September 2024, 12:55pm



Section one: Contracting authority

one.1) Name and addresses

Police and Crime Commissioner for Dyfed-Powys

Police Headquarters, PO Box 99, Llangunnor

Carmarthen

SA31 2PF

Email

chris.dier@dyfed-powys.police.uk

Telephone

+44 1267226540

Country

United Kingdom

NUTS code

UKL1 - West Wales and the Valleys

Internet address(es)

Main address

http://www.dyfed-powys.police.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0385

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://etenderwales.bravosolution.co.uk/home.html

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/home.html

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Provision of Security and Fire Systems

two.1.2) Main CPV code

  • 50610000 - Repair and maintenance services of security equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Dyfed-Powys Police (DPP) would like to offer the opportunity for suppliers to tender for the Provision of Security and Fire Systems maintenance.

.

A contractor/contractors will be required to service, comply with statutory law, alter or install new Fire/Security alarms, CCTV, Access control, fire extinguishers, gas suppression systems, fire dampers and staff call systems.

.

The Property types are located throughout the counties of Pembrokeshire, Powys, Carmarthenshire and Ceredigion and will be operational during the works.

.

The contractor is also to provide 24/7 cover for 365 days per year for emergency call-outs.

.

This is a multi-lot supply and maintenance contract:

.

LOT STRUCTURE

Lot 1.

- Fire Alarms.

- Intruder Alarms.

- Panic/Affray Alarms.

- Refuge Alarms

Lot 2.

- Access Control.

Lot 3.

- CCTV.

Lot 4.

- Fire Extinguishers.

- Fire Suppression Systems.

.

Further details can be found via the e-sourcing portal link listed within this advert.

two.1.5) Estimated total value

Value excluding VAT: £300,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Fire Alarms, Intruder Alarms, Panic/Affray Alarms, Refuge Alarms.

Lot No

1

two.2.2) Additional CPV code(s)

  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys
Main site or place of performance

Multiple locations across, Carmarthenshire, Ceredigion, Pembrokeshire, and Powys.

two.2.4) Description of the procurement

Dyfed-Powys Police (DPP) would like to offer the opportunity for suppliers to tender for the Provision of Security and Fire Systems maintenance.

.

A contractor/contractors will be required to service, comply with statutory law, alter or install new Fire/Security alarms, CCTV, Access control, fire extinguishers, gas suppression systems, fire dampers and staff call systems.

.

The Property types are located throughout the counties of Pembrokeshire, Powys, Carmarthenshire and Ceredigion and will be operational during the works.

.

The contractor is also to provide 24/7 cover for 365 days per year for emergency call-outs.

.

This is a multi-lot supply and maintenance contract:

.

LOT STRUCTURE

Lot 1.

- Fire Alarms.

- Intruder Alarms.

- Panic/Affray Alarms.

- Refuge Alarms

Lot 2.

- Access Control.

Lot 3.

- CCTV.

Lot 4.

- Fire Extinguishers.

- Fire Suppression Systems.

.

Further details can be found via the e-sourcing portal link listed within this advert.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 65

Price - Weighting: 35

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

Start date

22 January 2025

End date

21 January 2029

This contract is subject to renewal

Yes

Description of renewals

Two additional years in one year increments.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Access Control

Lot No

2

two.2.2) Additional CPV code(s)

  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys
Main site or place of performance

The Property types are located throughout the counties of Pembrokeshire, Powys, Carmarthenshire and Ceredigion.

two.2.4) Description of the procurement

Dyfed-Powys Police (DPP) would like to offer the opportunity for suppliers to tender for the Provision of Security and Fire Systems maintenance.

.

A contractor/contractors will be required to service, comply with statutory law, alter or install new Fire/Security alarms, CCTV, Access control, fire extinguishers, gas suppression systems, fire dampers and staff call systems.

.

The Property types are located throughout the counties of Pembrokeshire, Powys, Carmarthenshire and Ceredigion and will be operational during the works.

.

The contractor is also to provide 24/7 cover for 365 days per year for emergency call-outs.

.

This is a multi-lot supply and maintenance contract:

.

LOT STRUCTURE

Lot 1.

- Fire Alarms.

- Intruder Alarms.

- Panic/Affray Alarms.

- Refuge Alarms

Lot 2.

- Access Control.

Lot 3.

- CCTV.

Lot 4.

- Fire Extinguishers.

- Fire Suppression Systems.

.

Further details can be found via the e-sourcing portal link listed within this advert.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 65

Price - Weighting: 35

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

Start date

22 January 2025

End date

21 January 2029

This contract is subject to renewal

Yes

Description of renewals

Optional two additional years in one year increments

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

CCTV

Lot No

3

two.2.2) Additional CPV code(s)

  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys
Main site or place of performance

The Property types are located throughout the counties of Pembrokeshire, Powys, Carmarthenshire and Ceredigion.

two.2.4) Description of the procurement

Dyfed-Powys Police (DPP) would like to offer the opportunity for suppliers to tender for the Provision of Security and Fire Systems maintenance.

.

A contractor/contractors will be required to service, comply with statutory law, alter or install new Fire/Security alarms, CCTV, Access control, fire extinguishers, gas suppression systems, fire dampers and staff call systems.

.

The Property types are located throughout the counties of Pembrokeshire, Powys, Carmarthenshire and Ceredigion and will be operational during the works.

.

The contractor is also to provide 24/7 cover for 365 days per year for emergency call-outs.

.

This is a multi-lot supply and maintenance contract:

.

LOT STRUCTURE

Lot 1.

- Fire Alarms.

- Intruder Alarms.

- Panic/Affray Alarms.

- Refuge Alarms

Lot 2.

- Access Control.

Lot 3.

- CCTV.

Lot 4.

- Fire Extinguishers.

- Fire Suppression Systems.

.

Further details can be found via the e-sourcing portal link listed within this advert.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 65

Price - Weighting: 35

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

Start date

22 January 2025

End date

21 January 2029

This contract is subject to renewal

Yes

Description of renewals

Two Additional years in one year increments

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Fire Extinguishers, Fire Suppression Systems.

Lot No

4

two.2.2) Additional CPV code(s)

  • 50413200 - Repair and maintenance services of firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UKL1 - West Wales and the Valleys
Main site or place of performance

The Property types are located throughout the counties of Pembrokeshire, Powys, Carmarthenshire and Ceredigion.

two.2.4) Description of the procurement

Dyfed-Powys Police (DPP) would like to offer the opportunity for suppliers to tender for the Provision of Security and Fire Systems maintenance.

.

A contractor/contractors will be required to service, comply with statutory law, alter or install new Fire/Security alarms, CCTV, Access control, fire extinguishers, gas suppression systems, fire dampers and staff call systems.

.

The Property types are located throughout the counties of Pembrokeshire, Powys, Carmarthenshire and Ceredigion and will be operational during the works.

.

The contractor is also to provide 24/7 cover for 365 days per year for emergency call-outs.

.

This is a multi-lot supply and maintenance contract:

.

LOT STRUCTURE

Lot 1.

- Fire Alarms.

- Intruder Alarms.

- Panic/Affray Alarms.

- Refuge Alarms

Lot 2.

- Access Control.

Lot 3.

- CCTV.

Lot 4.

- Fire Extinguishers.

- Fire Suppression Systems.

.

Further details can be found via the e-sourcing portal link listed within this advert.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 65

Price - Weighting: 35

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

Start date

22 January 2025

End date

21 January 2029

This contract is subject to renewal

Yes

Description of renewals

Two additional years in one year increments.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As per tender documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As per tender documents

three.2.2) Contract performance conditions

As per tender documents


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

17 October 2024

Local time

11:00am

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 October 2024

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at: https://etenderwales.bravosolution.co.uk/home.html

ITT search codes for each lot:

Qualification - itt_112278

Lot 1 - itt_112241

Lot 2 - itt_112242

Lot 3 - itt_112243

Lot 4 - itt_112244

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=144495

(WA Ref:144495)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom