Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 30th Apr 2024

Tender Details
Referenceocds-h6vhtk-045098
Common Procurement VocabularyRepair and maintenance services of security equipment
Procurement MethodRestricted procedure
Value£950,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 30th Apr 2024

Tender Details
Referenceocds-h6vhtk-045098
Common Procurement VocabularyRepair and maintenance services of security equipment
Procurement MethodRestricted procedure
Value£950,000

Section I: Contracting authority

I.1) Name and addresses

University of Strathclyde

McCance Building, 16 Richmond Street

Glasgow

G1 1XQ

Email

amanda.mcfarlane [at] strath.co.uk

Telephone

+44 7811592949

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.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/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of a CCTV Maintenance Measured Term Contract (MTC) (2024-28)

Reference number

UOS-29571-2024

II.1.2) Main CPV code

  • 50610000 - Repair and maintenance services of security equipment

II.1.3) Type of contract

Services

II.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)

II.1.5) Estimated total value

Value excluding VAT: £950,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 35125300 - Security cameras
  • 35121000 - Security equipment

II.2.3) Place of performance

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

University of Strathclyde.

II.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.

II.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.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.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.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

III.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.

III.2) Conditions related to the contract

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-011407

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

Date

30 May 2024

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

11 June 2024

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

English

IV.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 VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom