CCTV migration, annual maintenance, repairs, works and minor installations

A Contract Award Notice
by NORTH AYRSHIRE COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£377K
Sector
DEFENCE
Published
08 Jul 2021
Delivery
not specified
Deadline
n/a

Concepts

Location

The main location of this requirement will be on North Ayrshire mainland. The location may include the Island of Arran in the future.

Geochart for 1 buyers and 1 suppliers

Description

The Council is seeking to employ a suitably experienced Contractor to provide a planned programme of statutory maintenance to Closed-Circuit Television (CCTV) systems, including the provision of a 24/7/365 reactive repair and new minor installation service to the systems.

Total Quantity or Scope

This Contract is for the servicing, statutory maintenance, reactive repairs and new minor installations of North Ayrshire Council’s public space Surveillance Closed-Circuit Television Camera (CCTV) Systems. This requirement includes all control, recording and monitoring equipment, cameras, wireless point to point equipment, Milestone Software and Licenses including security and updates. There will be approximately 120 CCTV cameras that require to be maintained, this figure may change over the contract duration. An asset register will be included in the Statement of Requirements which will detail any approximate changes. Location may include on the Island of Arran in the future.

Award Detail

1 King Communications & Security (Coatbridge)
  • Reference: 015811-2021-nac/5050-1
  • Value: £377,041

Award Criteria

All award criteria is stated in the ITT documents 40
price 60

CPV Codes

  • 50700000 - Repair and maintenance services of building installations
  • 35120000 - Surveillance and security systems and devices
  • 35125300 - Security cameras
  • 32235000 - Closed-circuit surveillance system
  • 32231000 - Closed-circuit television apparatus

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** Lots are not being used for this tender for the reason stated below: Nature of the contract not suitable for lots. Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at ESPD question 4D.1. Health and Safety Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at ESPD question 4D.1. Environmental Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at ESPD question 4D.2. (SC Ref:660024)

Reference

Domains