Construction Tenders

Tue July 16 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 3rd Jul 2024

Tender Details
Referenceocds-h6vhtk-047a42
Common Procurement VocabularySystem maintenance services
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 3rd Jul 2024

Tender Details
Referenceocds-h6vhtk-047a42
Common Procurement VocabularySystem maintenance services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

South Lanarkshire College

College Way, Scottish Enterprise Technology Park,, East Kilbride

Glasgow

G75 0NE

Contact

Chris Harper

Email

procurement [at] slc.ac.uk

Fax

+44 1355807781

Country

United Kingdom

NUTS code

UKM95 - South Lanarkshire

Internet address(es)

Main address

http://www.south-lanarkshire-college.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00469

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Access Control and Associated Maintenance Services for Fire, Security Alarms and CCTV

Reference number

2023/24

II.1.2) Main CPV code

  • 50324100 - System maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

South Lanarkshire College is seeking a single contractor to Supply and Install a new Access Control System which includes the ongoing maintenance of the system. and maintenance of existing Fire alarm system, Intruder Alarm system, CCTV system and associated Services.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 42961100 - Access control system
  • 50610000 - Repair and maintenance services of security equipment
  • 50711000 - Repair and maintenance services of electrical building installations
  • 31625000 - Burglar and fire alarms

II.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire
Main site or place of performance

South Lanarkshire College

College Way

Scottish Enterprise Technology Park

EAST KILBRIDE

G75 0NE

II.2.4) Description of the procurement

The Authority is seeking a single contractor to Supply and Install a new Access Control System which includes the ongoing maintenance of the system. and maintenance of existing Fire alarm system, Intruder Alarm system, CCTV system and associated Services.

II.2.5) Award criteria

Quality criterion - Name: Product Solution part A / Weighting: 10

Quality criterion - Name: Product Solution part B / Weighting: 5

Quality criterion - Name: Presentation demonstration of Access Control / Weighting: 10

Quality criterion - Name: PPM and Reactive / Weighting: 10

Quality criterion - Name: Implementation and Management Approach / Weighting: 5

Quality criterion - Name: Key Personnel / Weighting: 8

Quality criterion - Name: Responsible Procurement - Health & Safety / Weighting: 2

Quality criterion - Name: Responsible Procurement - Community Benefits / Weighting: 2

Quality criterion - Name: Responsible Procurement - Fair Work Practices / Weighting: 2

Quality criterion - Name: Responsible Procurement - Climate Change / Weighting: 2

Quality criterion - Name: Responsible Procurement - Cyber Security Risks/ GDPR Risks / Weighting: 2

Quality criterion - Name: Phase Out & Exit Strategy / Weighting: 2

Cost criterion - Name: PPM Pricing / Weighting: 8

Cost criterion - Name: Reactive Pricing / Weighting: 12

Cost criterion - Name: Product Purchase Price and Associated Maintenance / Weighting: 20

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

2x12 month option extensions

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

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

List and brief description of conditions

The Contractor must be accredited/ registered to, and all work carried out in compliance with the appropriate accreditation organisations/ bodies.

- National Security Inspectorate (NSI) or Security Systems and Alarms Inspection Board (SSAIB) Accreditation.

- SELECT Accreditation.

- Manufacturer Accreditation of tenderers recommended Access Control system.

- Cyber Essential Plus or equivalent.

III.1.2) Economic and financial standing

List and brief description of selection criteria

Please complete “Insurance Requirements” in the Qualification Questionnaire in PCS-Tender.

It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Agreement as indicated below and in PCS-T.

Question 4B.5.1b Employers Liability – GBP 5,000,000

Question 4B.5.2 Public and Product Liability – GBP 5,000,000

A copy of the Insurance Certificate or Brokers Letter must be provided prior to award to demonstrate that the Insurance requirements can be met.

Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.

All Insurance requirements are minimum standards and are mandatory. A fail will result in elimination of the procurement exercise.

Pass = The Tenderer has the relevant Insurance in place with evidence of an Insurance Certificate or the Tenderer has committed to obtaining the required insurance with evidence of a brokers letter.

Fail = The Tenderer does not have the relevant insurance requirements in place and cannot commit to obtaining the relevant insurance OR the Tenderer has stated they have the relevant insurance in place or can obtain it but is unable to provide evidence to demonstrate this.

Economic and Financial Standing – Financial Accounts

Please complete Economic and Financial Standing in the Qualification Questionnaire in PCS-Tender.

Question 4B.6. Please complete the questions on financial accounts and supporting information on the SPD. The Successful Tenderer will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. Alternatively, if you are unable to provide the required accounting information – e.g. a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the Contract.

Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.

Question 4B.6. This information will be used to assess the Tenderer’s economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise.

Pass = The Tenderer has provided all financial accounts or banker’s letter and supporting information requirements outlined in PCS-Tender and has demonstrated satisfactory economic and financial standing.

Fail = The Tenderer has not provided the required financial accounts and supporting information or has provided the information but has not demonstrated satisfactory economic and financial standing.

Please complete “Economic and Financial Standing – Consortia” if the Tenderer is bidding as part of a consortia arrangement. Financial accounts and supporting information is required for each consortia member. This information is mandatory if you are bidding as a consortia. If the Tenderer is not bidding as part of a consortia, then please disregard this question.

Minimum level(s) of standards possibly required

It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Agreement as indicated below and in PCS-T.

Question 4B.5.1b Employers Liability – GBP 5,000,000

Question 4B.5.2 Public and Product Liability – GBP 5,000,000

A copy of the Insurance Certificate or Brokers Letter must be provided prior to award to demonstrate that the Insurance requirements can be met.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Technical or Professional Ability – Use of Sub-Contractors

Please complete Technical or Professional Ability question in the Qualification Questionnaire in PCS-Tender.

This question is for information only however it is mandatory that you provide a response.

Question 4C.10

Please provide details of the proportion (i.e., percentage) of the contract that you intend to sub-contract.

Tenderers are required to confirm whether they intend to sub-contract or not and, if so, for what proportion of the contract.

This information must be provided on PCS-T with your tender submission as an attachment.

Pass = Tenderer has confirmed whether it intends to subcontract or not and if so, details of proportion of contract sub-contracted are provided.

Fail = Tenderer has failed to answer the question.

Please note all questions relating to the Qualification Questionnaire are minimum standards and are mandatory. A fail will result in elimination from the procurement exercise.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

South Lanarkshire College Terms and Conditions will apply.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

2 August 2024

Local time

12:00pm

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

English

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

2 August 2024

Local time

12:00pm

Place

South Lanarkshire College

College Way

Scottish Enterprise Technology Park

East Kilbride

G75 0NE


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Tenderers must submit the following forms with their tender submission:

Appendices A - Form of Tender

Appendices B - Freedom of Information

Appendices C - Authority's Terms and Conditions

Appendices D - Sustain Supply Chain Code of Conduct

Appendices E - Pricing Schedule

Appendices F - Declaration of Non-Involvement in Serious Organised Crime

Appendices G - Declaration of Non-Involvement in Human Trafficking & Labour Exploitation

Appendices H - SCM RP: Section 1

Appendices I - Access Control System Specification Compliance Grid

A site visit will take place week commencing 01.07.2024, visits should be arranged via PCS-T portal.

APUC Ltd is facilitating the tender process on behalf of the College.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26985. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

(SC Ref:769650)

VI.4) Procedures for review

VI.4.1) Review body

Hamilton Sheriff Court

4 Beckford Street

Hamilton

ML3 0BT

Telephone

+44 1698282957

Country

United Kingdom

Internet address

http://www.scotcourts.gov.uk/the-courts/court-locations/hamilton-sheriff-court