Opportunity

Alarms & CCTV systems - Supply, Installation, Maintenance & Repair

  • Glasgow City Council
  • City Building (Glasgow) LLP
  • Culture & Sport Glasgow t/a Glasgow Life
  • City Property Glasgow (Investments) LLP

F02: Contract notice

Notice reference: 2023/S 000-024840

Published 23 August 2023, 3:58pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

City Chambers

Glasgow

G2 1DU

Contact

David Dougan

Email

corporateprocurement@glasgow.gov.uk

Telephone

+44 1412872000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196

one.1) Name and addresses

City Building (Glasgow) LLP

350 Darnick Street

Glasgow

G21 4BA

Email

ross.hocknull@citybuildingglasgow.co.uk

Telephone

+44 1412872112

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.citybuildingglasgow.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11002

one.1) Name and addresses

Culture & Sport Glasgow t/a Glasgow Life

38 Albion Street

Glasgow

G1 1LH

Email

info@glasgowlife.org.uk

Telephone

+44 1412875923

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgowlife.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287

one.1) Name and addresses

City Property Glasgow (Investments) LLP

229 George Street

Glasgow

G1 1QU

Email

info@citypropertyglasgow.co.uk

Telephone

+44 1412876161

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.citypropertyglasgow.co.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA22542

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

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

www.publiccontractsscotland.publictendersscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.publictendersscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Alarms & CCTV systems - Supply, Installation, Maintenance & Repair

Reference number

GCC005280CPU

two.1.2) Main CPV code

  • 79711000 - Alarm-monitoring services

two.1.3) Type of contract

Services

two.1.4) Short description

Supply, Installation, Maintenance & Repair of Alarms & CCTV systems. The DPS will initially be in place to 2029. Glasgow City Council will have the option to extend for an additional three periods of 12 months, this will be exercised by the

council serving notice on the successful applicants in accordance with the councils Terms and Conditions .

This DPS will consist of the following categories:

Category 1 - Maintenance and Repair

Category 2 - Installations

Category 3 - Provision of CCTV Equipment - goods only

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Maintenance and Repairs

Lot No

1

two.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 31625200 - Fire-alarm systems
  • 35121700 - Alarm systems
  • 45312100 - Fire-alarm system installation work

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

Provision of maintenance and repairs on Fire and Security Alarm systems to meet British Standards, SFG20 guidelines and manufacturers recommendations. Includes emergency call outs

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

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.2.14) 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

two.2) Description

two.2.1) Title

Installations

Lot No

2

two.2.2) Additional CPV code(s)

  • 35121700 - Alarm systems

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

Provision of Fire and Security Alarm Installations to meet British Standards and manufacturers recommendations

New Installations to include the provision of maintenance and repairs on Fire and Security Alarms systems including Pre- Planned Maintenance and emergency call outs during the 1st years defect liability period.

Systems to meet British Standards, SFG20 guidelines and manufacturers recommendations

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

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.2.14) 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

two.2) Description

two.2.1) Title

Provision of CCTV equipment goods only

Lot No

3

two.2.2) Additional CPV code(s)

  • 31710000 - Electronic equipment

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

UK, Glasgow

two.2.4) Description of the procurement

Provision of General CCTV Engineering equipment.

Equipment may include but is not limited to:

IP CCTV Megapixel Cameras, Bracketry, and Accessories

IP CCTV IP Megapixel with embedded analytics.

IP CCTV Network Video Recorders

CCTV IR Illumination

CCTV Test Equipment

Provision of Electronic, Electrical & Industrial components.

Equipment may include but is not limited to:

Passive electronic components

Sensors and Transducers.

Power Supplies and Transformers

Test and Measurement equipment.

Provision of General IT Supplies.

Equipment may include but is not limited to:

Network equipment including cable, switches, routers and network modules.

Wireless Network equipment including P2P links, Access Points, and Antennas.

Fibre Optic cabling supplies, including passive and active termination equipment.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

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

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

Extension period with the option to extend for a further 3 periods of 1 year.

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.2.14) 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 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

Candidates must comply with the undernoted financial requirements in order to participate in the tendering process:-

There is a minimum financial requirement that affects trading performance, balance sheet strength and current liquidity. Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House

Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:-

There is a minimum financial requirement that affects trading performance, balance sheet strength and current liquidity

Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House

Trading Performance

An overall positive outcome on pre tax profits over a 3 year period

Exceptional items can be excluded from the calculation.

The above would be expressed in the ratio Pre-Tax Profit/Turnover

Balance Sheet strength

Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process.

Intangibles can be included for purposes of the Total Assets figure.

The above would be expressed in the ratio Total Assets/Total Liabilities

If an applicant is only required to file abbreviated accounts with Companies House, then in the event of the company being successful in the procurement process, full set of accounts will be required in order to verify the above ratios have been complied with.

An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House.

Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading.

Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above.

Due to the potential negative financial consequences of the pandemic on company finances, Glasgow City Council also requires assurance regarding current liquidity of the bidding company

The bidder must provide a Letter of Comfort from its own bank to satisfy the above financial requirement.

If the pandemic has had an adverse effect on the latest set of accounts filed with Companies House, Glasgow City Council will take that into account in determining financial suitability for the contract.

The above, however, should not impinge on the financial viability of the company, as defined by the ratios set out in the above financial requirements.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Key Performance Indicators will be listed at individual tender stage


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: 2022/S 250-191487

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

Date

8 October 2029

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 October 2029

Local time

12:00pm

Place

UK, Glasgow


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

SPD Questions 4D.1,4D1.1,4D1.2,4D2,4D2.1 & 4D2.2 bidders must hold certificates for Quality Control, Health & Safety & Environmental Management Standards or comply with all the questions noted in SPD Section 4D. H&S–applicants must complete & return the H&S questionnaire found in the Buyers Attachments area of the tender portal. Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation & ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained in the Qualification Envelope within the PCS Tender portal(NB the council does not bind itself to withhold this information). Tenderers Amendments-Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate. Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate. Applicants will be required to complete the Non-Collusion certificate. All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier’s insurance provider. If the mandate is not signed & returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Request For Documentation: All documentation specified in the SPDS must be provided. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Community benefits will be sought as part of each tender conducted via the DPS. Community benefits may be specified as

mandatory, evaluated or voluntary as part of each tender depending on the value and specification.

(SC Ref:742540)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

PO Box 23 1 Carlton Place

Glasgow

G2 9DA

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Glasgow City Council (“the Council”) must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (“the Regulations”). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.