Award

Mid Suffolk Provision For A Warden Call / Alarm System - AWARD

MID SUFFOLK DISTRICT COUNCIL

This public procurement record has 1 release in its history.

Award

09 May 2024 at 10:52

Summary of the contracting process

The Mid Suffolk District Council has awarded a contract for the provision of a Warden Call/Alarm System. The contract falls under the industry category of "Surveillance and security systems and devices". The procurement method used was a "selective" process with "Restricted procedure". The tender period ended on October 30, 2023, and the contract period is from November 17, 2023, to November 16, 2026, with a total contract value of £150,000. The buying organisation, Mid Suffolk District Council, based in Ipswich, United Kingdom, selected M English Security Limited as the supplier.

This contract presents an opportunity for businesses involved in electronic security systems, repair and maintenance services of security equipment, security fittings, enhanced security locks, and installation services of communications equipment to compete. Businesses interested in providing high-quality surveillance and security solutions should consider engaging with Mid Suffolk District Council for potential future procurement opportunities in this industry category.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Mid Suffolk Provision For A Warden Call / Alarm System - AWARD

Notice Description

1.1. This specification details the design, installation and operational performance of a Warden Call communication system specifically designed for installation in accommodation occupied by elderly tenants in Mid Suffolk District Council (MSDC) owned Sheltered Schemes. 1.2. The system shall be designed / installed to ensure simple and fail safe operation from both the Scheme Manager and the tenants' point of view. The system shall also be designed for ease of installation and service. 1.3. The equipment shall be operated by a Scheme Manager and shall be capable of operating in one of three modes: o ON SITE - The Scheme Manager is local to the site and operates the system using a remote mobile master unit which does not require electrical connection to the site wiring. o LOCAL OFF SITE - No local warden is available, but a remote warden facility can operate the system using an IP digital data link to a standard or mobile telephone. o OFF SITE TO CENTRAL STATION - No local warden is available, all alarms are reported using an IP digital data link, to a centralised and permanently manned facility. 1.4. The same telephone interface shall be used for LOCAL OFF SITE and CENTRAL STATION connections. A standard system will consist of three main elements: a) The central control unit b) The tenant's intercom unit c) The Scheme Manager remote master unit (DECT handset) d) Door entry facility for both tenant's and Scheme Manager 1.5. The system shall be compatible with existing central station equipment manufactured by other leading companies. 1.6. The equipment shall be fully approved to meet European Standards for Electromagnetic Compatibility and the Low Voltage Directive (LVD) and shall be certified and marked with the CE mark, or equivalent British standards. A copy of the Technical Construction File (TCF) relating to the standards shall be available for inspection at any time. 1.7. The manufacturer shall undertake to supply training and spare parts to any nominated company of an appropriate technical and commercial standing on a regular basis. 1.8. All existing and redundant equipment will be removed by the contractor and building fabric made good to match existing including any fire stopping.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-7ae112b7-2690-488f-ac5d-35147b8575b3
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/3c8cae95-d7ef-48b6-a5a2-3a86c63184fe
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

50 - Repair and maintenance services

51 - Installation services (except software)


CPV Codes

35120000 - Surveillance and security systems and devices

35121300 - Security fittings

44521120 - Electronic security lock

44521130 - Enhanced security lock

50610000 - Repair and maintenance services of security equipment

51300000 - Installation services of communications equipment

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£150,000 £100K-£500K
Contracts Value
Not specified

Notice Dates

Publication Date
9 May 20241 years ago
Submission Deadline
30 Oct 2023Expired
Future Notice Date
Not specified
Award Date
17 Nov 20232 years ago
Contract Period
17 Nov 2023 - 16 Nov 2026 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MID SUFFOLK DISTRICT COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
SUFFOLK
Postcode
IP1 2BX
Post Town
Ipswich
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH6 Suffolk
Small Region (ITL 3)
TLH62 Ipswich
Delivery Location
Not specified

Local Authority
Ipswich
Electoral Ward
Gipping
Westminster Constituency
Ipswich

Supplier Information

Number of Suppliers
1
Supplier Name

M ENGLISH SECURITY

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-7ae112b7-2690-488f-ac5d-35147b8575b3-2024-05-09T11:52:00+01:00",
    "date": "2024-05-09T11:52:00+01:00",
    "ocid": "ocds-b5fd17-7ae112b7-2690-488f-ac5d-35147b8575b3",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "IT-368-17268-09102023-482 - AWARD",
        "title": "Mid Suffolk Provision For A Warden Call / Alarm System - AWARD",
        "description": "1.1. This specification details the design, installation and operational performance of a Warden Call communication system specifically designed for installation in accommodation occupied by elderly tenants in Mid Suffolk District Council (MSDC) owned Sheltered Schemes. 1.2. The system shall be designed / installed to ensure simple and fail safe operation from both the Scheme Manager and the tenants' point of view. The system shall also be designed for ease of installation and service. 1.3. The equipment shall be operated by a Scheme Manager and shall be capable of operating in one of three modes: o ON SITE - The Scheme Manager is local to the site and operates the system using a remote mobile master unit which does not require electrical connection to the site wiring. o LOCAL OFF SITE - No local warden is available, but a remote warden facility can operate the system using an IP digital data link to a standard or mobile telephone. o OFF SITE TO CENTRAL STATION - No local warden is available, all alarms are reported using an IP digital data link, to a centralised and permanently manned facility. 1.4. The same telephone interface shall be used for LOCAL OFF SITE and CENTRAL STATION connections. A standard system will consist of three main elements: a) The central control unit b) The tenant's intercom unit c) The Scheme Manager remote master unit (DECT handset) d) Door entry facility for both tenant's and Scheme Manager 1.5. The system shall be compatible with existing central station equipment manufactured by other leading companies. 1.6. The equipment shall be fully approved to meet European Standards for Electromagnetic Compatibility and the Low Voltage Directive (LVD) and shall be certified and marked with the CE mark, or equivalent British standards. A copy of the Technical Construction File (TCF) relating to the standards shall be available for inspection at any time. 1.7. The manufacturer shall undertake to supply training and spare parts to any nominated company of an appropriate technical and commercial standing on a regular basis. 1.8. All existing and redundant equipment will be removed by the contractor and building fabric made good to match existing including any fire stopping.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "35120000",
            "description": "Surveillance and security systems and devices"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "44521120",
                "description": "Electronic security lock"
            },
            {
                "scheme": "CPV",
                "id": "50610000",
                "description": "Repair and maintenance services of security equipment"
            },
            {
                "scheme": "CPV",
                "id": "35121300",
                "description": "Security fittings"
            },
            {
                "scheme": "CPV",
                "id": "44521130",
                "description": "Enhanced security lock"
            },
            {
                "scheme": "CPV",
                "id": "51300000",
                "description": "Installation services of communications equipment"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "IP1 2BX"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2023-10-30T09:01:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-11-17T00:00:00Z",
            "endDate": "2026-11-16T23:59:59Z"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-176642",
            "name": "Mid Suffolk District Council",
            "identifier": {
                "legalName": "Mid Suffolk District Council"
            },
            "address": {
                "streetAddress": "8 Russell Road, Ipswich",
                "locality": "Suffolk",
                "postalCode": "IP1 2BX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Simon Jackson-Brown",
                "email": "Simon.Jackson-Brown@baberghmidsuffolk.gov.uk",
                "telephone": "+44 1449724592"
            },
            "details": {
                "url": "http://www.midsuffolk.gov.uk/business/supplying-the-council/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-282886",
            "name": "M English Security Limited",
            "identifier": {
                "legalName": "M English Security Limited"
            },
            "address": {
                "streetAddress": "2a George Edwards Road, Fakenham, Norfolk, United Kingdom, NR21 8NL"
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-176642",
        "name": "Mid Suffolk District Council"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-7ae112b7-2690-488f-ac5d-35147b8575b3-1",
            "status": "active",
            "date": "2023-11-17T00:00:00Z",
            "datePublished": "2024-05-09T11:52:00+01:00",
            "value": {
                "amount": 150000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-282886",
                    "name": "M English Security Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2023-11-17T00:00:00Z",
                "endDate": "2026-11-16T23:59:59Z"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/3c8cae95-d7ef-48b6-a5a2-3a86c63184fe",
                    "datePublished": "2024-05-09T11:52:00+01:00",
                    "format": "text/html",
                    "language": "en"
                }
            ]
        }
    ]
}