By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Multi Security Systems.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

South Wales Fire and Rescue Service
South Wales Fire and Rescue Service Headquarters, Forest View Business Park
For the attention of: Julie Snooks
CF72 8LX Llantrisant
UNITED KINGDOM
Telephone: +44 1443232090
Fax: +44 1443232180

Internet address(es):

General address of the contracting authority: www.southwales-fire.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0360

Electronic access to information: http://www.etenderwales.bravosolution.co.uk/

Electronic submission of tenders and requests to participate: http://www.etenderwales.bravosolution.co.uk/

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local agency/office
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Mid and West Wales Fire and Rescue Service

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Multi Security Systems.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services
Main site or location of works, place of delivery or of performance: Operational areas of South Wales FRS and Mid & West Wales FRS.

NUTS code UKL

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Overview of works required:
South Wales Fire and Rescue Service in collaboration with Mid and West Wales Fire and Rescue Service are tendering their requirements for multi security systems which will include the following:
Fire Alarms, Intruder Alarms, Emergency Lighting, CCTV Systems, Door Access Control Systems.
These services will be split into two lots and suppliers will have the opportunity to tender for one or both lots.
Suppliers must be able to carry out all the services within the lots in which they are applying.
Note: The authority is using eTenderwales to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

To access eTenderwales, express your interest in this notice and access the tender documentation please visit https://etenderwales.bravosolution.co.uk/web/login.shtml and search for PQQ/ITT code pqq_31204 within the appropriate area.

II.1.6)Common procurement vocabulary (CPV)

31625000, 31625200, 35120000, 32235000, 42961100, 31518200

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Scope of the works required.
Lots 1 Mid and West Wales Fire and Rescue Service.
The service shall comprise of the inspection, maintenance, repair, and renewal as required of fire alarms and emergency lighting installed throughout the Mid and West Wales Fire and Rescue Service (MAWWFRS).
Lot 2 South Wales Fire and Rescue Service.
The service shall comprise the inspection, maintenance, repair, and renewal as required of fire and intruder alarm systems, emergency lighting systems, proximity door access control systems and CCTV systems installed throughout the South Wales Fire and Rescue Service (SWFRS), and the installation of new systems as required.
Estimated value excluding VAT:
Range: between 192 500 and 220 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Fixed price contract for 3 years (with an option to extend for 24 months).
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.5.2014. Completion 30.4.2019

Information about lots

Lot No: 1 Lot title: Mid and West Wales Fire and Rescue Service: Fire alarms and emergency lighting systems
1)Short description
The service shall comprise of the inspection, maintenance, repair, and renewal as required of fire alarms and emergency lighting systems in the operational area of Mid and West Wales Fire and Rescue Service.
2)Common procurement vocabulary (CPV)

31625200, 31625000, 31518200

3)Quantity or scope
Works to be carried out within the boundaries of Mid and West Wales Fire and Rescue Service.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: South Wales Fire and Rescue Service - Multi Security Systems
1)Short description
Lot 2 South Wales Fire and Rescue Service.
The service shall comprise the inspection, maintenance, repair, and renewal as required of fire and intruder alarm systems, emergency lighting systems, proximity door access control systems and CCTV systems installed throughout the South Wales Fire and Rescue Service (SWFRS), and the installation of new systems as required.
2)Common procurement vocabulary (CPV)

35121700, 31625000, 31625200, 31625300, 35125000, 35120000, 32235000, 42961100, 31518200

3)Quantity or scope
Works to be Carried out within the Boundaries of South Wales Fire and Rescue.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: Top five scoring suppliers per lot.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
T305
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
6.2.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
19.2.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
Other: Cymraeg
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(WA Ref:5103)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
7.1.2014