Contract

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

  • West College Scotland

F03: Contract award notice

Notice identifier: 2025/S 000-001087

Procurement identifier (OCID): ocds-h6vhtk-049bf8

Published 13 January 2025, 4:56pm



Section one: Contracting authority

one.1) Name and addresses

West College Scotland

Renfrew Road

Paisley

PA3 4DR

Contact

Claire Earnshaw

Email

procurement@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

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