Section one: Contracting authority
one.1) Name and addresses
West College Scotland
Renfrew Road
Paisley
PA3 4DR
Contact
Claire Earnshaw
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
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Maintenance and Repairs to CCTV, Fire Alarm and Intruder Alarm Systems at West College Scotland
Reference number
WCS 20/137
two.1.2) Main CPV code
- 50610000 - Repair and maintenance services of security equipment
two.1.3) Type of contract
Services
two.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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £171,344.04
two.2) Description
two.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
two.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.
two.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.
two.2.5) Award criteria
Quality criterion - Name: As detailed in the ITT document / Weighting: 40
Price - Weighting: 60
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-029890
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 December 2024
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 9
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Dalkia Scotshield Limited
1 Rutherglen Links, Rutherglen Links Business Park,
Glasgow
G73 1DF
Telephone
+44 1417298383
Fax
+44 8448094341
Country
United Kingdom
NUTS code
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £171,344.04
Section six. Complementary information
six.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.
(SC Ref:787393)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Glasgow Sheriff Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom