Section one: Contracting authority
one.1) Name and addresses
Caledonian Maritime Assets Ltd
Caledonian Maritime Assets Ltd
Port Glasgow
PA14 5EQ
Contact
Denise Kyle
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12082
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
https://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
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CCTV Upgrade Maintenance and Repair
Reference number
CMAL0307
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
CMAL wish to appoint a sole supplier to provide routine planned on-site maintenance, remote and on-site reactive repairs, on-site upgrades and support for CCTV cameras and servers located at 26 sites including remote Islands.
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
- 35120000 - Surveillance and security systems and devices
- 72300000 - Data services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
The West of Scotland and Clyde Estuary
two.2.4) Description of the procurement
CMAL wish to appoint a sole supplier to provide routine planned on-site maintenance, remote and on-site reactive repairs, on-site upgrades and support for CCTV cameras and servers located at 26 sites including remote Islands.
two.2.5) Award criteria
Quality criterion - Name: Price / Weighting: 35%
Quality criterion - Name: Quality / Weighting: 65%
Price - Weighting: Price
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
This contract is subject to renewal
Yes
Description of renewals
The contract is for a 5 year core term with 3 optional extensions of 1 year each (up to 8 years in total)
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
CMAL reserves the right to request additional services from the successful supplier.
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
The successful supplier will require to collaborate with third parties, trial the VMS software at Largs to ensure compatibility with Bosch hardware, complete a Data Processing Agreement within 5 working days of the award of contract.
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
SPD 4A.2.1 - Bidders require to be National Security Inspectorate (NSI) Gold approved for the Design, Installation and Maintenance of CCTV Surveillance Systems with ISO9001 combined with unique NSI Quality Schedule.
Bidders require to be able to support both the existing Bosch Video Management Software system and the proposed software until your organisations solution has been fully implemented. The proposed software requires to be compatible with CMAL's existing Bosch assets as mandatory pass/fail selection criteria.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
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. Information regarding the Single Procurement Document and contracting authority specific requirements can be found in the Supplier Guidance Document which is located in the Buyers Attachment area of the Public Contracts Scotland-Tender (PCS-T).
Financial Standing - CMAL reserves the right, at its own discretion, to seek such information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.
4B.51a-3 Insurance - As per the SPD it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below;
Employer's Liability: The minimum indemnity limit of GBP TEN MILLION 10,000,000 pounds STERLING shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims
Public Liability: The minimum indemnity limit of GBP FIVE MILLION 5,000,000 pounds STERLING shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims.
Professional Risk Indemnity: The minimum indemnity limit of GBP ONE HUNDRED THOUSAND 100,000 pounds STERLING shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims.
three.1.3) Technical and professional ability
List and brief description of selection criteria
See tender documents.
Minimum level(s) of standards possibly required
Bidders must ensure that all organisational representatives who attend site to provide services are adequately trained and competent to carry out the required tasks. Bidders must provide appropriate written site specific Risk Assessment and Method Statements (RAMMS) for all aspects of the work to appropriate CMAL staff. The successful supplier shall programme works around Caledonian MacBrayne ferry and other vessel usage of the berths and other CMAL facilities. Timescales are published by CalMac Ferries Ltd (CFL) and further details are available from the local Port Manager having responsibility for the respective location. The successful supplier shall liaise with the CFL Port Manager having responsibility for the location with regard to site induction, work permits, ferry and other harbour operations.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See tender documents.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
31 July 2024
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 July 2024
Local time
12:00pm
Place
Port Glasgow
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: July 2029 at the earliest if no optional extensions are let. Otherwise plus 1 year for each of the 3 optional 1 year extensions.
six.3) Additional information
The successful supplier will require to provide a fully completed data processing agreement within 5 working days of the award of contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26711. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
(SC Ref:768943)
six.4) Procedures for review
six.4.1) Review body
Greenock Sherriff Court
Greenock
Country
United Kingdom