Construction Tenders

Fri September 27 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 18th Sep 2024

Tender Details
Referenceocds-h6vhtk-049bf8
Common Procurement VocabularyRepair and maintenance services of security equipment
Procurement MethodOpen procedure
Value£240,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 18th Sep 2024

Tender Details
Referenceocds-h6vhtk-049bf8
Common Procurement VocabularyRepair and maintenance services of security equipment
Procurement MethodOpen procedure
Value£240,000

Section I: Contracting authority

I.1) Name and addresses

West College Scotland

Renfrew Road

Paisley

PA3 4DR

Contact

Claire Earnshaw

Email

procurement [at] wcs.ac.uk

Telephone

+44 3006006060

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.westcollegescotland.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00465

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

Maintenance and Repairs to CCTV, Fire Alarm and Intruder Alarm Systems at West College Scotland

Reference number

WCS 20/137

II.1.2) Main CPV code

  • 50610000 - Repair and maintenance services of security equipment

II.1.3) Type of contract

Services

II.1.4) Short description

West College Scotland requires a single contractor to provide CCTV, Security Alarm and Fire System Maintenance for existing systems at each of its campuses at Paisley, Clydebank and Greenock.

II.1.5) Estimated total value

Value excluding VAT: £240,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 31625300 - Burglar-alarm systems
  • 35121700 - Alarm systems
  • 79711000 - Alarm-monitoring services
  • 92222000 - Closed circuit television services
  • 35125300 - Security cameras

II.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

West College campuses at Paisley, Clydebank and Greenock.

II.2.4) Description of the procurement

This requirement is for maintenance and repairs to CCTV, Fire Alarm and Intruder Alarm Systems at West College Scotland, and the campuses at Paisley, Clydebank and Greenock.

A 365-day service, 24-hour reactive maintenance/repair service is required for all Systems detailed within the specification and tender documents. The maintenance plan will consist of Planned and Reactive Maintenance.

Planned Preventative Maintenance (PPM)

A contractor is required to carry out all statutory/mandatory testing and inspections of all relevant assets, as detailed in the Asset Registers (and all relevant updates). The contractor must be aware of and adhere to industry standard guidelines and legal requirements of compliance for each of the elements within the PPM aspect of the contract.

Reactive Maintenance

A reactive maintenance service will see contractors called out by the Estates team for critical and non-critical reactive requirements.

The Clydebank College campus has a ADT managed protocol system. The Paisley Campus has a Honeywell GENT managed protocol system. Contractors MUST be able to service and repair all managed protocol systems.

II.2.5) Award criteria

Quality criterion - Name: As detailed in the ITT document / Weighting: 40

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £240,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

It is expected that these services will be required from 13th January 2025 for an initial period of 2 years, with West College Scotland having the option to extend twice, for up to 12 months each time.

Extensions will be at the sole discretion of West College Scotland, subject to satisfactory performance and budget.

The contract will be renewed upon expiry.

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

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015


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

Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Bidders must confirm if they hold the particular authorisation or membership.

III.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum yearly “general” turnover of (120,000) GBP for the last 3 years in the business area covered by the contract.

Bidders who cannot meet the required level of turnover will be excluded from this tender.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,

the types and levels of insurance indicated below:

Professional Risk Indemnity: GBP 5 Million

Employer's (Compulsory) Liability: GBP 10 Million

Public Liability: GBP 10 Million

3rd Party Motor Vehicle Insurance

A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope - minimum of 75% of the annual contract value (GBP 45,000). Unsatisfactory experience will result in exclusion from the tender process.

Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively.

This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms.

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.

Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:

NSI Silver or Gold Certification - or approved equivalent

Please provide details of the environmental management measures which the bidder will be able to use when performing the contracts:

Bidders will be required to provide assurance that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to:

- a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions.

Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the Find a Tender Service Contract Notice or the relevant section of the Site Notice.


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

21 October 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

21 October 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Estimated timing for further notices to be published:

September 2028

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

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 SPD 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,

4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief

Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S

management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your

company’s responsibilities of health and safety management and compliance with legislation.

Note - Organisations with fewer than five employees are not required by law to have a documented policy statement.

4b. A documented process demonstrating the bidder’s arrangements for ensuring that H&S measures are effective in reducing/preventing

incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement.

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 SPD question 4D.2.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 56386. 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

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Please see the following examples of acceptable Community Benefits:

Training opportunities for students or apprenticeships

Investment in a college project

Donation to the college’s community benefit fund

(SC Ref:777540)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

PO Box 23 1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Glasgow Sheriff Court

PO Box 23 1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom