Tender

CCTV Upgrade Maintenance and Repair

  • Caledonian Maritime Assets Ltd

F02: Contract notice

Notice identifier: 2024/S 000-019456

Procurement identifier (OCID): ocds-h6vhtk-047288

Published 25 June 2024, 3:16pm



Section one: Contracting authority

one.1) Name and addresses

Caledonian Maritime Assets Ltd

Caledonian Maritime Assets Ltd

Port Glasgow

PA14 5EQ

Contact

Denise Kyle

Email

denise.kyle@cmassets.co.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.cmassets.co.uk

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