Section one: Contracting authority
one.1) Name and addresses
Glasgow Clyde College
Cardonald Campus, 690 Mosspark Drive
Glasgow
G52 3AY
Contact
Lewis Morrison
procurement@glasgowclyde.ac.uk
Telephone
+44 1412729000
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
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
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