Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
McCance Building, 16 Richmond Street
Glasgow
G1 1XQ
Telephone
+44 7811592949
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=AA00113
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.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk/
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
Provision of a CCTV Maintenance Measured Term Contract (MTC) (2024-28)
Reference number
UOS-29571-2024
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
The University of Strathclyde (“the University”) is seeking to establish a Contract for the Provision of a CCTV Maintenance Measured Term Contract (MTC) (2024-28) (29571-2024)
two.1.5) Estimated total value
Value excluding VAT: £950,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 35125300 - Security cameras
- 35121000 - Security equipment
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
University of Strathclyde.
two.2.4) Description of the procurement
The University of Strathclyde (the "University") is seeking to establish a measured term contract (MTC) to support the delivery of activities
outlined below. This Contract will include, however, will not be limited to:
- Planned & preventative maintenance (PPM) and reactive maintenance of the University's Pelco CCTV system and other smaller discrete
CCTV systems, including its servers, recording systems, cameras and related auxiliary equipment, workstations, video walls and related
driver units, direct fibre optic transmission cables and related transmission/receiving equipment, CCTV columns and street pillar boxes
including the equipment in the pillar boxes; and
- Supply, delivery & installation of additional CCTV cameras, recorders, workstations, video walls/monitors/displays, cabling, and TX/RX
equipment to extend the system.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
SPD 4C.1.2 will be used as objective criteria for choosing the limited number of Candidates.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
In line with 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
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.1.2) Economic and financial standing
List and brief description of selection criteria
1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover
2. SPD (Scotland) Question 4B.5: Insurance Requirements
Minimum level(s) of standards possibly required
1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover
The Candidate will be required to have a minimum average yearly turnover of GBP 1,900,000 for the past 3 financial years.
2. SPD (Scotland) Question 4B.5: Insurance Requirements
It is a requirement that Candidates hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below;
SPD 4B.5.1b:
Employer’s (Compulsory) Liability: 10million GBP in respect of each claim, and without limit to the number of claims:
SPD 4B.5.2:
Public Liability: 5million GBP in respect of each claim, and without limit to the number of claims; and
Product Liability: 5million GBP in the aggregate; and
Motor Vehicle Insurance: 5million GBP for Property Damage, and unlimited in respect of Third-Party Injury
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Part 4C: Technical & Professional Ability:
SPD 4C.1.2 – Past Examples
SPD 4C: Qualifications
SPD Part 4D: Quality Assurance Schemes
SPD Part 4D: Environmental Management
Minimum level(s) of standards possibly required
SPD 4C.1.2 – Past Examples
The Candidate must provide 2 examples from the past 3 years of similar projects that demonstrate experience within similar complex operational environments as per the services/suppliers as described under (II.2.4) (Description of the Procurement) within the Contract Notice.
The Candidate must use the template provided for them (Appendix E) to answer question 4C.1.2 of their SPD (Scotland) response, which can be found in the "Appendices" folder within the "Buyer Attachments" area.
The Candidate MUST upload the completed document next to question 4C.1.2. DO NOT UPLOAD THIS DOCUMENT INTO THE
“GENERAL ATTACHMENTS” AREA.
The below scoring methodology will be applied to the question.
Excellent response - 4
Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
Good response - 3
Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
Acceptable response - 2
Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g., previous experience, knowledge or skills may not be of a similar nature.
Poor response - 1
Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
Unacceptable (Nil or Inadequate response) – 0
Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
These questions will be scored by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied to all questions.
SPD 4C: Qualifications;
SPD 4C.6: The Tenderer will be required to demonstrate that they hold all of the following qualifications (or equivalent);
- NACOSS (Gold or Silver) and/or SSAIB membership specifically for CCTV and electronic security (or equivalent).
SPD Part 4D: Quality Assurance Schemes:
(1) SPD 4D.1: UKAS (or equivalent) certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR their own documented policy.
(2) SPD 4D.1: UKAS (or equivalent) certificate of compliance in accordance with ISO 45001 (or equivalent) OR within the last 12 months, met the requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR their own documented policy.
SPD Part 4D: Environmental Management;
(1) SPD 4D.2: UKAS (or equivalent) certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) OR a valid EMAS (or equivalent) certificate OR their own documented policy.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
For full details of the conditions relevant to the proposed Contract, please refer to the tender documents (details of how to access these
being set out in section 1.3) Communication, of this Contract Notice.
The University of Strathclyde will require the members of any tendering group of entities (including, but not limited to consortium
members, members of a group of economic operators and/or subcontractors) to be jointly and severally liable for the performance of the
Contract (no matter the legal form taken by those entities in order to enter into the Contract).
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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 000-011407
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 May 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
11 June 2024
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: 3 (from the date stated for receipt of tender)
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
In line with regulation 72 of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 26615 For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, the University of Strathclyde intends to include
community benefit requirements. As part of your response within the Technical Envelope of the Invitation to Tender (ITT), the Tenderer
will be requested to commit to the delivery of community benefits in accordance with the methodology outlined in the tender documents.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 26615. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, the University of Strathclyde intends to include
community benefit requirements. As part of your response within the Technical Envelope of the Invitation to Tender (ITT), the Tenderer
will be requested to commit to the delivery of community benefits in accordance with the methodology outlined in the tender documents.
(SC Ref:765161)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom