Tender

CCTV MAINTENANCE AND REPAIR

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice identifier: 2025/S 000-005169

Procurement identifier (OCID): ocds-h6vhtk-04e1f3

Published 14 February 2025, 2:14pm



Section one: Contracting authority

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Contact

Scott McAninch

Email

scott.mcaninch@scot.nhs

Telephone

+44 1412015388

Country

United Kingdom

NUTS code

UKM8 - West Central Scotland

Internet address(es)

Main address

http://www.nhsggc.scot/about-us/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CCTV MAINTENANCE AND REPAIR

Reference number

GGC0831

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

NHS Greater Glasgow and Clyde (hereafter referred to as ‘The Board’) invites tenders from qualified and experienced contractors for the provision of Public Space Surveillance systems CCTV maintenance and repair services across its sites. The successful contractor(s) will be responsible for ensuring that the CCTV systems operate reliably and efficiently. This will include cleaning of cameras, maintaining recording equipment, ensuring all auxiliary equipment is operational, updating software and firmware, and providing specialist equipment hire (such as Mobile Elevated Work Platforms - MEWPs) for the maintenance of high-level cameras.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Lot 1: Queen Elizabeth University Hospital Campus

Lot No

1

two.2.2) Additional CPV code(s)

  • 50610000 - Repair and maintenance services of security equipment
  • 35125300 - Security cameras
  • 35121000 - Security equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

NHS Greater Glasgow and Clyde (hereafter referred to as ‘The Board’) invites tenders from qualified and experienced contractors for the provision of Public Space Surveillance systems CCTV maintenance and repair services across its sites. The successful contractor(s) will be responsible for ensuring that the CCTV systems operate reliably and efficiently. This will include cleaning of cameras, maintaining recording equipment, ensuring all auxiliary equipment is operational, updating software and firmware, and providing specialist equipment hire (such as Mobile Elevated Work Platforms - MEWPs) for the maintenance of high-level cameras

two.2.5) Award criteria

Quality criterion - Name: Technical / Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

1x24 + 1x12 + 1x12 months

two.2.10) Information about variants

Variants will be accepted: No

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) Description

two.2.1) Title

Lot 2: Gartnavel General Hospital, Royal Alexandra Hospital, Inverclyde Royal Hospital, Glasgow Royal Infirmary.

Lot No

2

two.2.2) Additional CPV code(s)

  • 50610000 - Repair and maintenance services of security equipment
  • 35125300 - Security cameras
  • 35121000 - Security equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

NHS Greater Glasgow and Clyde (hereafter referred to as ‘The Board’) invites tenders from qualified and experienced contractors for the provision of Public Space Surveillance systems CCTV maintenance and repair services across its sites. The successful contractor(s) will be responsible for ensuring that the CCTV systems operate reliably and efficiently. This will include cleaning of cameras, maintaining recording equipment, ensuring all auxiliary equipment is operational, updating software and firmware, and providing specialist equipment hire (such as Mobile Elevated Work Platforms - MEWPs) for the maintenance of high-level cameras.

two.2.5) Award criteria

Quality criterion - Name: Technical / Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

1x24 + 1x12 + 1x12 months

two.2.10) Information about variants

Variants will be accepted: No

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The Tenderer must comply with the Government’s recommended standards for the CCTV industry.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 March 2025

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 March 2025

Local time

4:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=790663.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

Potential contract participants are required to summarise any proposed community benefits that will be developed and delivered as part of this contract if successful or, alternatively, potential contract participants confirm that they will engage with the NHS Scotland’s Community Benefits Gateway (CBG). This gateway, developed through requests from Tenderers seeking opportunities to support the delivery of community benefits within the contracting region, provides information on community benefit opportunities. The CBG is a free and easy to use online service that connects NHS Scotland Tenderers with third sector community organisations within Scotland and will be used for tracking and reporting and is an approved compliant route to the realisation of community benefits.

(SC Ref:790663)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=790663

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/