Notice Information
Notice Title
Alarms & CCTV systems - Supply, Installation, Maintenance & Repair
Notice Description
Supply, Installation, Maintenance & Repair of Alarms & CCTV systems. The DPS will be in place for 7 years. 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
Lot Information
Maintenance and Repairs
Provision of maintenance and repairs on Fire and Security Alarm systems to meet British Standards, SFG20 guidelines and manufacturers recommendations. Includes emergency call outs. 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
Renewal: Extension period with the option to extend for a further 3 periods of 1 year.
InstallationsProvision 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 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
Renewal: Extension period with the option to extend for a further 3 periods of 1 year.
Provision of CCTV equipment goods onlyProvision 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. 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
Renewal: Extension period with the option to extend for a further 3 periods of 1 year.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0352a6
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019454-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
35 - Security, fire-fighting, police and defence equipment
45 - Construction work
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
31625000 - Burglar and fire alarms
31625200 - Fire-alarm systems
31710000 - Electronic equipment
35121700 - Alarm systems
45312100 - Fire-alarm system installation work
79711000 - Alarm-monitoring services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Jul 20223 years ago
- Submission Deadline
- 15 Aug 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Additional Buyers
- Contact Name
- David Dougan
- Contact Email
- david.dougan@glasgow.gov.uk, info@citypropertyglasgow.co.uk, info@glasgowlife.org.uk, ross.hocknull@citybuildingglasgow.co.uk
- Contact Phone
- +44 1412872112, +44 1412875923, +44 1412876161, +44 1412876424
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow East
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0352a6-2022-07-15T15:34:05+01:00",
"date": "2022-07-15T15:34:05+01:00",
"ocid": "ocds-h6vhtk-0352a6",
"description": "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. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 20093. 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 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:659366)",
"initiationType": "tender",
"tender": {
"id": "GCC005280CPU",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Alarms & CCTV systems - Supply, Installation, Maintenance & Repair",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "79711000",
"description": "Alarm-monitoring services"
},
"mainProcurementCategory": "services",
"description": "Supply, Installation, Maintenance & Repair of Alarms & CCTV systems. The DPS will be in place for 7 years. 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",
"lots": [
{
"id": "1",
"title": "Maintenance and Repairs",
"description": "Provision of maintenance and repairs on Fire and Security Alarm systems to meet British Standards, SFG20 guidelines and manufacturers recommendations. Includes emergency call outs. 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",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "Extension period with the option to extend for a further 3 periods of 1 year."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Installations",
"description": "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 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",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "Extension period with the option to extend for a further 3 periods of 1 year."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "3",
"title": "Provision of CCTV equipment goods only",
"description": "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. 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",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": true,
"renewal": {
"description": "Extension period with the option to extend for a further 3 periods of 1 year."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31625000",
"description": "Burglar and fire alarms"
},
{
"scheme": "CPV",
"id": "31625200",
"description": "Fire-alarm systems"
},
{
"scheme": "CPV",
"id": "35121700",
"description": "Alarm systems"
},
{
"scheme": "CPV",
"id": "45312100",
"description": "Fire-alarm system installation work"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "UK, Glasgow"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35121700",
"description": "Alarm systems"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "UK, Glasgow"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "31710000",
"description": "Electronic equipment"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "UK, Glasgow"
},
"relatedLot": "3"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.publictendersscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "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.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "Key Performance Indicators will be listed at individual tender stage"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-08-15T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2022-08-15T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-08-15T12:00:00+01:00",
"address": {
"streetAddress": "UK, Glasgow"
}
},
"hasRecurrence": false,
"reviewDetails": "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."
},
"parties": [
{
"id": "GB-FTS-25647",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "David Dougan",
"telephone": "+44 1412876424",
"email": "david.dougan@glasgow.gov.uk",
"url": "http://www.publiccontractsscotland.publictendersscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.glasgow.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-2585",
"name": "City Building (Glasgow) LLP",
"identifier": {
"legalName": "City Building (Glasgow) LLP"
},
"address": {
"streetAddress": "350 Darnick Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G21 4BA",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412872112",
"email": "ross.hocknull@citybuildingglasgow.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.citybuildingglasgow.co.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11002"
}
},
{
"id": "GB-FTS-59046",
"name": "Culture & Sport Glasgow t/a Glasgow Life",
"identifier": {
"legalName": "Culture & Sport Glasgow t/a Glasgow Life"
},
"address": {
"streetAddress": "38 Albion Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1LH",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412875923",
"email": "info@glasgowlife.org.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.glasgowlife.org.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10287"
}
},
{
"id": "GB-FTS-59047",
"name": "City Property Glasgow (Investments) LLP",
"identifier": {
"legalName": "City Property Glasgow (Investments) LLP"
},
"address": {
"streetAddress": "229 George Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1QU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412876161",
"email": "info@citypropertyglasgow.co.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.citypropertyglasgow.co.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA22542"
}
},
{
"id": "GB-FTS-9474",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "PO Box 23 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G2 9DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-25647",
"name": "Glasgow City Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000659366"
}
],
"language": "en"
}