Notice Information
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.
Notice Details
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
Buyer & Supplier
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
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-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
}
]
}
}