Contract

The Maintenance of Fire and Intruder Alarm Systems, CCTV Installations, Access Controls, External Barriers, and Service Intercoms at Glasgow Clyde College

  • Glasgow Clyde College

F03: Contract award notice

Notice identifier: 2025/S 000-001352

Procurement identifier (OCID): ocds-h6vhtk-045785

Published 15 January 2025, 12:46pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow Clyde College

Cardonald Campus, 690 Mosspark Drive

Glasgow

G52 3AY

Contact

Lewis Morrison

Email

procurement@glasgowclyde.ac.uk

Telephone

+44 1412729000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.glasgowclyde.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00457

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

The Maintenance of Fire and Intruder Alarm Systems, CCTV Installations, Access Controls, External Barriers, and Service Intercoms at Glasgow Clyde College

Reference number

GCC-23-003

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

Glasgow Clyde College requires a single contractor to provide CCTV, Security Alarm and Fire System Maintenance for existing systems at each of its campuses - Cardonald, Anniesland, and Langside.

Cardonald Campus - 690 Mosspark Drive. Glasgow. G52 3AY

Anniesland Campus -19 Hatfield Drive. Glasgow. G12 0YE

Langside Campus - 50 Prospecthill Road. Glasgow. G42 9LB

Maintenance of Fire and Intruder Alarm Systems, CCTV Installations, Access Controls, External Barriers, and Service Intercoms at Glasgow Clyde College.

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: £200,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 31625200 - Fire-alarm systems
  • 31625300 - Burglar-alarm systems
  • 35121700 - Alarm systems
  • 79711000 - Alarm-monitoring services
  • 92222000 - Closed circuit television services
  • 35125300 - Security cameras
  • 42961100 - Access control system
  • 32360000 - Intercom equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Cardonald Campus - 690 Mosspark Drive. Glasgow. G52 3AY

Anniesland Campus -19 Hatfield Drive. Glasgow. G12 0YE

Langside Campus - 50 Prospecthill Road. Glasgow. G42 9LB

two.2.4) Description of the procurement

Glasgow Clyde College is seeking to appoint a suitably qualified contractor to provide a PPM and Reactive Maintenance Service for its existing CCTV, Security Alarm and Fire Systems. This will also include the maintenance of Access Control Barriers and Service Intercoms.

The requirements must be covered by a single contractor which includes the PPM and Reactive Maintenance of the following systems:

Fire Alarm Systems

Intruder Alarm Systems

CCTV Installations and Systems (Internal and External)

Access Control Systems including External Barriers

Lift Refuge Intercoms Systems

Fire Refuge Intercoms Systems

The envisioned commencement date for the maintenance contract is 15/09/2024, with an initial contract duration of 2 years. There will be an option extend this contract for two additional period of 12 months each.

This contract intends on establishing a comprehensive and efficient CCTV, Security Alarm and Fire Systems maintenance programme for each of Glasgow Clyde Colleges campuses.

Cardonald Campus - 690 Mosspark Drive. Glasgow. G52 3AY

Anniesland Campus -19 Hatfield Drive. Glasgow. G12 0YE

Langside Campus - 50 Prospecthill Road. Glasgow. G42 9LB

two.2.5) Award criteria

Quality criterion - Name: Service Delivery - Methodology / Weighting: 10

Quality criterion - Name: Operation and Management of the Contract / Weighting: 10

Quality criterion - Name: Service Delivery – Quality Assurance and Continuous Improvement / Weighting: 5

Quality criterion - Name: Key Personnel / Weighting: 5

Quality criterion - Name: Sustainable Procurement – Health & Safety / Weighting: 4

Quality criterion - Name: Responsible Procurement – Environmental / Weighting: 2

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

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

Cost criterion - Name: PPM: Overall Annual Maintenance Cost at each / Weighting: 30

Cost criterion - Name: Hourly Rates & Call Out / / Weighting: 25

Cost criterion - Name: parts - Percentage Mark up / Weighting: 5

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 000-014481


Section five. Award of contract

Contract No

GCC-23-003

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 August 2024

five.2.2) Information about tenders

Number of tenders received: 7

Number of tenders received from SMEs: 7

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 7

Number of tenders received by electronic means: 0

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
  • UKM95 - South Lanarkshire
Internet address

https://dalkia.co.uk/

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £150,316.92

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Value excluding VAT: £45,000

Proportion: 30 %

Short description of the part of the contract to be subcontracted

The successful contractor proposes to subcontract to APL for the Fire Suppression, and Fire Mitigation Service for the Dry Risers. It is anticipated that no more than 30% of labour will be subcontracted.


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.

Bidders 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.

(SC Ref:787894)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sherriff Court

PO Box 23 1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom