Award

Maintenance and Repairs to CCTV, Fire Alarm and Intruder Alarm Systems at West College Scotland

WEST COLLEGE SCOTLAND

This public procurement record has 2 releases in its history.

Award

13 Jan 2025 at 16:56

Tender

18 Sep 2024 at 15:02

Summary of the contracting process

West College Scotland is seeking to procure services for the maintenance and repairs of CCTV, fire alarm, and intruder alarm systems at its campuses in Paisley, Clydebank, and Greenock. The procurement falls under the industry category of repair and maintenance services of security equipment (CPV: 50610000) and is currently at the award stage. The procurement process is conducted using an open procedure with a contract value of £171,344.04, signed on 17th December 2024. The tender requires a 365-day service with 24-hour reactive and planned preventative maintenance. Bidders need to comply with specific health and safety, quality management, and environmental management procedures.

This tender presents significant opportunities for businesses specializing in security system maintenance to expand their portfolio and establish a long-term partnership with an educational institution. Companies that have experience in maintaining protocols like ADT and Honeywell GENT will find this tender particularly suited to their expertise. Small to medium-sized enterprises (SMEs) are encouraged to compete, with the supplier Dalkia Scotshield Limited being awarded this contract, highlighting the accessibility of such opportunities to SMEs. The detailed and specific requirements ensure that only qualified and capable businesses participate, promoting high standards and reliability in service delivery.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Maintenance and Repairs to CCTV, Fire Alarm and Intruder Alarm Systems at West College Scotland

Notice Description

West College Scotland requires a single contractor to provide CCTV, Security Alarm and Fire System Maintenance for existing systems at each of its campuses at Paisley, Clydebank and Greenock.

Lot Information

Lot 1

This requirement is for maintenance and repairs to CCTV, Fire Alarm and Intruder Alarm Systems at West College Scotland, and the campuses at Paisley, Clydebank and Greenock. A 365-day service, 24-hour reactive maintenance/repair service is required for all Systems detailed within the specification and tender documents. The maintenance plan will consist of Planned and Reactive Maintenance. Planned Preventative Maintenance (PPM) A contractor is required to carry out all statutory/mandatory testing and inspections of all relevant assets, as detailed in the Asset Registers (and all relevant updates). The contractor must be aware of and adhere to industry standard guidelines and legal requirements of compliance for each of the elements within the PPM aspect of the contract. Reactive Maintenance A reactive maintenance service will see contractors called out by the Estates team for critical and non-critical reactive requirements. The Clydebank College campus has a ADT managed protocol system. The Paisley Campus has a Honeywell GENT managed protocol system. Contractors MUST be able to service and repair all managed protocol systems. 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: It is expected that these services will be required from 13th January 2025 for an initial period of 2 years, with West College Scotland having the option to extend twice, for up to 12 months each time. Extensions will be at the sole discretion of West College Scotland, subject to satisfactory performance and budget. The contract will be renewed upon expiry.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-049bf8
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/001087-2025
Current Stage
Award
All Stages
Tender, Award

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
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

35 - Security, fire-fighting, police and defence equipment

50 - Repair and maintenance services

79 - Business services: law, marketing, consulting, recruitment, printing and security

92 - Recreational, cultural and sporting services


CPV Codes

31625200 - Fire-alarm systems

31625300 - Burglar-alarm systems

35121700 - Alarm systems

35125300 - Security cameras

50610000 - Repair and maintenance services of security equipment

79711000 - Alarm-monitoring services

92222000 - Closed circuit television services

Notice Value(s)

Tender Value
£240,000 £100K-£500K
Lots Value
£240,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£171,344 £100K-£500K

Notice Dates

Publication Date
13 Jan 20251 years ago
Submission Deadline
21 Oct 2024Expired
Future Notice Date
Not specified
Award Date
17 Dec 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Estimated timing for further notices to be published: September 2028

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
WEST COLLEGE SCOTLAND
Contact Name
Claire Earnshaw
Contact Email
procurement@wcs.ac.uk
Contact Phone
+44 3006006060

Buyer Location

Locality
PAISLEY
Postcode
PA3 4DR
Post Town
Paisley
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
Delivery Location
TLM83 Inverclyde, East Renfrewshire, and Renfrewshire

Local Authority
Renfrewshire
Electoral Ward
Renfrew South and Gallowhill
Westminster Constituency
Paisley and Renfrewshire North

Supplier Information

Number of Suppliers
1
Supplier Name

DALKIA SCOTSHIELD

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-049bf8-2025-01-13T16:56:24Z",
    "date": "2025-01-13T16:56:24Z",
    "ocid": "ocds-h6vhtk-049bf8",
    "description": "Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1. Health and Safety Procedures 1. The bidder must hold a UKAS (or equivalent), accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR, 4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. 4b. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement. Environmental Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2. (SC Ref:787393)",
    "initiationType": "tender",
    "tender": {
        "id": "WCS 20/137",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Maintenance and Repairs to CCTV, Fire Alarm and Intruder Alarm Systems at West College Scotland",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50610000",
            "description": "Repair and maintenance services of security equipment"
        },
        "mainProcurementCategory": "services",
        "description": "West College Scotland requires a single contractor to provide CCTV, Security Alarm and Fire System Maintenance for existing systems at each of its campuses at Paisley, Clydebank and Greenock.",
        "value": {
            "amount": 240000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This requirement is for maintenance and repairs to CCTV, Fire Alarm and Intruder Alarm Systems at West College Scotland, and the campuses at Paisley, Clydebank and Greenock. A 365-day service, 24-hour reactive maintenance/repair service is required for all Systems detailed within the specification and tender documents. The maintenance plan will consist of Planned and Reactive Maintenance. Planned Preventative Maintenance (PPM) A contractor is required to carry out all statutory/mandatory testing and inspections of all relevant assets, as detailed in the Asset Registers (and all relevant updates). The contractor must be aware of and adhere to industry standard guidelines and legal requirements of compliance for each of the elements within the PPM aspect of the contract. Reactive Maintenance A reactive maintenance service will see contractors called out by the Estates team for critical and non-critical reactive requirements. The Clydebank College campus has a ADT managed protocol system. The Paisley Campus has a Honeywell GENT managed protocol system. Contractors MUST be able to service and repair all managed protocol systems. 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": "As detailed in the ITT document",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 240000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "It is expected that these services will be required from 13th January 2025 for an initial period of 2 years, with West College Scotland having the option to extend twice, for up to 12 months each time. Extensions will be at the sole discretion of West College Scotland, subject to satisfactory performance and budget. The contract will be renewed upon expiry."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31625200",
                        "description": "Fire-alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31625300",
                        "description": "Burglar-alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35121700",
                        "description": "Alarm systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79711000",
                        "description": "Alarm-monitoring services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92222000",
                        "description": "Closed circuit television services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35125300",
                        "description": "Security cameras"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "deliveryLocation": {
                    "description": "West College campuses at Paisley, Clydebank and Greenock."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or membership.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum yearly \"general\" turnover of (120,000) GBP for the last 3 years in the business area covered by the contract. Bidders who cannot meet the required level of turnover will be excluded from this tender. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Professional Risk Indemnity: GBP 5 Million Employer's (Compulsory) Liability: GBP 10 Million Public Liability: GBP 10 Million 3rd Party Motor Vehicle Insurance A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope - minimum of 75% of the annual contract value (GBP 45,000). Unsatisfactory experience will result in exclusion from the tender process. Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms. b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope. Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: NSI Silver or Gold Certification - or approved equivalent Please provide details of the environmental management measures which the bidder will be able to use when performing the contracts: Bidders will be required to provide assurance that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: - a completed copy of the Bidder 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the Find a Tender Service Contract Notice or the relevant section of the Site Notice.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-10-21T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "awardPeriod": {
            "startDate": "2024-10-21T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-10-21T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "recurrence": {
            "description": "Estimated timing for further notices to be published: September 2028"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-460",
            "name": "West College Scotland",
            "identifier": {
                "legalName": "West College Scotland"
            },
            "address": {
                "streetAddress": "Renfrew Road",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA3 4DR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Claire Earnshaw",
                "telephone": "+44 3006006060",
                "email": "procurement@wcs.ac.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.westcollegescotland.ac.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00465",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-124617",
            "name": "Glasgow Sheriff Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court"
            },
            "address": {
                "streetAddress": "PO Box 23 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        },
        {
            "id": "GB-FTS-107827",
            "name": "Dalkia Scotshield Limited",
            "identifier": {
                "legalName": "Dalkia Scotshield Limited"
            },
            "address": {
                "streetAddress": "1 Rutherglen Links, Rutherglen Links Business Park,",
                "locality": "Glasgow",
                "region": "UKM83",
                "postalCode": "G73 1DF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1417298383",
                "faxNumber": "+44 8448094341"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-460",
        "name": "West College Scotland"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000777540"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "001087-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-107827",
                    "name": "Dalkia Scotshield Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "001087-2025-1",
            "awardID": "001087-2025-1",
            "status": "active",
            "value": {
                "amount": 171344.04,
                "currency": "GBP"
            },
            "dateSigned": "2024-12-17T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 9
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 9
            }
        ]
    }
}