Service, Maintenance and Repair of Intruder Alarm Systems, Digicoms and a Disconnection Service Rev 1A

Open

Buyers

Value

£800,000

Classifications

  • Burglar-alarm systems
  • Burglar and fire alarms
  • Alarm systems
  • Burglar-alarm system installation work
  • Repair and maintenance services

Tags

  • tender

Submission Deadline

1 month from now

Published

6 hours ago

Description

The Council requires a suitably experienced Contractor to undertake the inspection, testing, maintenance and repairs to Intruder Alarm Systems (IAS), including any associated monitoring or signalling equipment at properties owned, operated or maintained by the Council. In addition to this, the Contractor will also be required to: • Respond to all reported faults calls and requests relating to the IAS and the IAS equipment in any 24 hour period, 365 days a year. • Disable audible intruder alarms that are causing a noise nuisance after the Environmental Health service has served a statutory abatement notice. • Ensure that the Council meets statutory regulations and Insurance requirements.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

DS504-25 NFCC Framework for Respiratory Protective Equipment, associated equipment and services

Devon and Somerset Fire and Rescue Service in conjunction with the National Fire Chiefs Council Respiratory Protective Equipment Group (NFCC RPE Group) and the NFCC Procurement Hub is leading a procurement project to replace the existing Framework for Respiratory Protective Equipment, associated equipment and services The framework will enable Contracting Authorities named on the framework to procure Respiratory Protective Equipment, associated equipment and services. The detailed requirements have been split into Lots which have been developed with the support of the NFCC RPE Group. Lot 1 Self-contained breathing apparatus, with ancillaries Lot 2 Cylinders with ancillaries Lot 3 Integrated Communications systems Lot 4 Telemetry Lot 5 Maintenance services Lot 6 Provision of consumables, parts and spares Lot 7 Other respiratory protective equipment and services The contract location will depend upon the call-off contracts awarded by the Contracting Authorities. The Framework will be a closed framework for a period of 4 years. Due to the stability of the market, there is an option to extend the Framework by up to two years providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities. No maximum number of suppliers per lot has been applied. Full details of the requirements are provided in the tender documents which will be available through the e-tendering portal. Suppliers who are interested in this opportunity should register on our e-tendering portal where this opportunity will be tendered shortly. The e-tendering portal is located at: https://sell2.in-tend.co.uk/blpd/home The e-tendering portal is free to use. Suppliers can find guidance on using the e-tendering portal via: https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf

Katy Reed

Published 1 hour ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete