Award

Security Systems Replacement

SCOTTISH PARLIAMENTARY CORPORATE BODY

This public procurement record has 2 releases in its history.

Award

03 Apr 2018 at 00:00

Tender

21 Jul 2017 at 00:00

Summary of the contracting process

The Scottish Parliamentary Corporate Body is currently in the tender stage for the "Security Systems Replacement" project, situated in Edinburgh, UK. This project falls under the services category within the public procurement sector and is classified under multiple CPV codes, including those related to security systems. The procurement method is a selective process following a restricted procedure, with a deadline for submissions set for 23 August 2017. The total estimated value of the contract is £2,500,000.

This tender presents significant opportunities for businesses specialising in security systems, particularly those that are SSAIB or NSI registered, or hold equivalent certifications. Companies experienced in high-security environments, capable of integrating new technologies with existing systems, and demonstrating strong stakeholder management will be well-suited to compete. The project involves not just initial installation, but ongoing maintenance and user training, which could foster long-term partnerships for successful bidders in a politically significant organisation.

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

Security Systems Replacement

Notice Description

The Scottish Parliament Corporate Body (SPCB) requires an SSAIB or NSI registered, or equivalent, security Contractor to replace its current security system with a new open protocol security system including repurposing and transitioning existing equipment with new items onto a new (front-end) integration platform within the operational building. Full training for users and provision of a planned and reactive maintenance service covering both the new and retained parts of the system will also be required.

Lot Information

Lot 1

The Scottish Parliament Corporate Body (SPCB) requires an SSAIB or NSI registered, or equivalent, security Contractor to replace its current security system and then maintain the new system to ensure exemplary levels of availability. The new security system will be open protocol and the Contractor must, where required, repurpose existing equipment and transition this along with new items onto a new integration platform (front-end) as part of their installation in an operational building. Some items from the existing (legacy) system being retained include: cabling, card readers, intruder detection and CCTV cameras. Once the new system is operational the installer will provide full training for users and provide a planned and reactive maintenance service covering both the new and retained parts of the system. All maintenance work must be targeted to ensure that agreed availability targets for the whole system are achieved. The reactive service will include a 24/7 call-out facility with appropriately skilled and knowledge engineers available to attend site and restore services to agreed SLA's. At specific times, and for certain faults, site attendance by the service provider will be required within one hour. During the Contract period minor upgrade and project works may be requested, this could include refresher training for users, and the Contractor will be expected to deliver any works to agreed timescales and costs. The new system installed by the security Contractor will be connected onto a network provided specifically for this purpose. This network will be provided by another supplier and the security Contractor will work and collaborate with this supplier to ensure and demonstrate that the security system operates to agreed performance levels on the existing network. During the life of the Contract the security Contractor will be required to work with many stakeholders including consultants, other contractors and SPCB staff and they must be prepared to operate in an environment which requires a high level of interaction between various stakeholders to deliver their services. All personnel involved in this project will require to have obtained security clearance to CTC level.

Renewal: There is an option to extend this contract by up to 60 months, at the sole discretion of the SPCB.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000495891
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR315654
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

32 - Radio, television, communication, telecommunication and related equipment

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

42 - Industrial machinery

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

48 - Software package and information systems

50 - Repair and maintenance services


CPV Codes

32231000 - Closed-circuit television apparatus

32234000 - Closed-circuit television cameras

35100000 - Emergency and security equipment

35120000 - Surveillance and security systems and devices

35121000 - Security equipment

35121300 - Security fittings

35125110 - Biometric sensors

35125300 - Security cameras

42961100 - Access control system

44521120 - Electronic security lock

48730000 - Security software package

50610000 - Repair and maintenance services of security equipment

Notice Value(s)

Tender Value
£2,500,000 £1M-£10M
Lots Value
£2,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Apr 20187 years ago
Submission Deadline
23 Aug 2017Expired
Future Notice Date
Not specified
Award Date
28 Mar 20187 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH PARLIAMENTARY CORPORATE BODY
Contact Name
Alison Duff, Helen Henry
Contact Email
alison.duff@gov.scot, procurement@parliament.scot
Contact Phone
+44 1313486620, +44 7580801846

Buyer Location

Locality
EDINBURGH
Postcode
EH99 1SP
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Further Information

Notice Documents

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-r6ebe6-0000495891-2018-04-03T00:00:00Z",
    "date": "2018-04-03T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000495891",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-34",
            "name": "Scottish Parliamentary Corporate Body",
            "identifier": {
                "legalName": "Scottish Parliamentary Corporate Body"
            },
            "address": {
                "streetAddress": "The Scottish Parliament, Procurement Services",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH99 1SP"
            },
            "contactPoint": {
                "name": "Helen Henry",
                "email": "procurement@parliament.scot",
                "telephone": "+44 1313486620",
                "url": "https://in-tendhost.co.uk/scottishparliament/aspx/Home"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Devolved Parliament",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.parliament.scot"
            }
        },
        {
            "id": "org-27",
            "name": "Scottish Parliamentary Corporate Body",
            "identifier": {
                "legalName": "Scottish Parliamentary Corporate Body"
            },
            "address": {
                "streetAddress": "The Scottish Parliament, Procurement Services",
                "locality": "Edinburgh",
                "region": "UK",
                "postalCode": "EH99 1SP"
            },
            "contactPoint": {
                "name": "Alison Duff",
                "email": "alison.duff@gov.scot",
                "telephone": "+44 7580801846",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Devolved Parliament",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.parliament.scot"
            }
        }
    ],
    "buyer": {
        "name": "Scottish Parliamentary Corporate Body",
        "id": "org-27"
    },
    "tender": {
        "id": "ICT-G&S-79",
        "title": "Security Systems Replacement",
        "description": "The Scottish Parliament Corporate Body (SPCB) requires an SSAIB or NSI registered, or equivalent, security Contractor to replace its current security system with a new open protocol security system including repurposing and transitioning existing equipment with new items onto a new (front-end) integration platform within the operational building. Full training for users and provision of a planned and reactive maintenance service covering both the new and retained parts of the system will also be required.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "32231000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32234000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35100000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35121000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35125300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42961100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44521120",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50610000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "48730000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35125110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35121300",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 2500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://in-tendhost.co.uk/scottishparliament/aspx/Home",
        "tenderPeriod": {
            "endDate": "2017-08-23T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL290275",
                "documentType": "contractNotice",
                "title": "Security Systems Replacement",
                "description": "The Scottish Parliament Corporate Body (SPCB) requires an SSAIB or NSI registered, or equivalent, security Contractor to replace its current security system with a new open protocol security system including repurposing and transitioning existing equipment with new items onto a new (front-end) integration platform within the operational building. Full training for users and provision of a planned and reactive maintenance service covering both the new and retained parts of the system will also be required.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL290275",
                "format": "text/html"
            },
            {
                "id": "JUL290275-2",
                "title": "ESPD",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL290275&idx=2",
                "datePublished": "2017-07-24T09:03:51Z",
                "dateModified": "2017-07-25T10:40:59Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL290275-3",
                "title": "ESPD",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL290275&idx=3",
                "datePublished": "2017-07-25T10:40:59Z",
                "dateModified": "2017-07-25T10:40:59Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR315654",
                "documentType": "awardNotice",
                "title": "Security Systems Replacement",
                "description": "The Scottish Parliament Corporate Body (SPCB) requires an SSAIB or NSI registered, or equivalent, security Contractor to replace its current security system with a new open protocol security system including repurposing and transitioning existing equipment with new items onto a new (front-end) integration platform within the operational building. Full training for users and provision of a planned and reactive maintenance service covering both the new and retained parts of the system will also be required.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR315654",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Parliament Corporate Body (SPCB) requires an SSAIB or NSI registered, or equivalent, security Contractor to replace its current security system and then maintain the new system to ensure exemplary levels of availability. The new security system will be open protocol and the Contractor must, where required, repurpose existing equipment and transition this along with new items onto a new integration platform (front-end) as part of their installation in an operational building. Some items from the existing (legacy) system being retained include: cabling, card readers, intruder detection and CCTV cameras. Once the new system is operational the installer will provide full training for users and provide a planned and reactive maintenance service covering both the new and retained parts of the system. All maintenance work must be targeted to ensure that agreed availability targets for the whole system are achieved. The reactive service will include a 24/7 call-out facility with appropriately skilled and knowledge engineers available to attend site and restore services to agreed SLA's. At specific times, and for certain faults, site attendance by the service provider will be required within one hour. During the Contract period minor upgrade and project works may be requested, this could include refresher training for users, and the Contractor will be expected to deliver any works to agreed timescales and costs. The new system installed by the security Contractor will be connected onto a network provided specifically for this purpose. This network will be provided by another supplier and the security Contractor will work and collaborate with this supplier to ensure and demonstrate that the security system operates to agreed performance levels on the existing network. During the life of the Contract the security Contractor will be required to work with many stakeholders including consultants, other contractors and SPCB staff and they must be prepared to operate in an environment which requires a high level of interaction between various stakeholders to deliver their services. All personnel involved in this project will require to have obtained security clearance to CTC level.",
                "status": "complete",
                "value": {
                    "amount": 2500000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is an option to extend this contract by up to 60 months, at the sole discretion of the SPCB."
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "performanceTerms": "In order to ensure the highest standards of service quality in this contract the SPCB requires the Contractor to take a positive approach to fair work practices as part of the fair and equitable employment and reward package. The contract will be subject to a performance management system with KPI's. Business Continuity Plans will be agreed and in place, reviewed and tested annually."
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2017-10-13T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD 4A.1 + 4A1.1 - It is a requirement of this tender that if the bidder is UK based that it must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House it must be able to verify to the SPCB's satisfaction that it is trading from the address provided in the ESPD and under the company name given. If the bidder is based out-with the UK it must be enrolled in the relevant professional or trade registers appropriate to its country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. ESPD 4A.2 and 4A2.1 - It is a requirement of this tender that bidders must be a current registered member of either NSI (National Security Inspectorate) \"gold\" level or SSAIB (Security Systems and Alarms Inspection Board) or equivalent. This will be evaluated as a pass or fail. Not having this membership will be deemed as a \"fail\"."
                },
                {
                    "type": "economic",
                    "description": "The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of bidders. Bidders are encouraged to review their financial performance on Creditsafe and read information about how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/ If a bidder does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed. If a bidder is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out. Bidders should have a Creditsafe credit rating of 30 or higher to demonstrate satisfactory financial standing. If a bidder has a lower credit rating score and has the backing of a parent company with a credit rating of 30 or higher, then the provision of a Parent Company Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the bidder may be rejected.",
                    "minimum": "With reference to ESPD (Scotland) Questions: With reference to ESPD questions 4B.5.1 and 4B.5.2 - it is a requirement that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurances are detailed below: Employer's (Compulsory) Liability Insurance = 10 million GBP Public Liability = 10 million GBP Professional Indemnity = 5 million GBP Loss or damage caused by the Contractor to the Employer's Property = 10 million GBP Efficacy = 5 million GBP"
                },
                {
                    "type": "technical",
                    "description": "Please refer to these statements when completing section 4C and 4D of the ESPD (Scotland) 4C.1.2 Bidders will be required to demonstrate experience of delivering all of the services (and associated supply) detailed in II2.4 (The Description of the Procurement) in this notice. Please note that when demonstrating experience that a maximum of 3 examples (within the last 3 years) can be submitted. The higher the number provided, assuming relevant, will receive a higher score. Each example should be wholly relevant to all or part of the services to be provided and should aim to demonstrate experience in all parts of the services. A simple assertion will not be acceptable evidence; bidders should provide detailed evidence to demonstrate the breadth of their experience, capability, capacity, value of contract to be similar. Each example should be limited to a maximum of 2 A4 pages using Arial Font 12 point. Supplementary diagrams or images directly relating to the example may be provided up to a maximum of 2 A4 pages per example. 4C.4 Bidders will be required to confirm that they and their key subcontractors have supply chain management systems and processes demonstrating how materials are sourced and what processes are followed for the selection, auditing and management of subcontractors. Bidders also to demonstrate experience in the successful management of a supply chain relevant to the project scope which ensured delivery of the works in time and cost and provided low life cycle cost. 4C.5 Bidders will be required to confirm that they will allow the Scottish Parliament (or other competent public body from the UK) to check its production and / or technical capacities if it deems appropriate. 4C.6 / 6.1 Bidders must demonstrate that their organisation and/or service provider have relevant managerial staff to demonstrate the skills, experience and qualifications covering both management and technical competencies to manage a complex security project in an operational building, including on-going maintenance. 4D.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). 4D1.1 - A documented policy regarding quality management. The policy must set out responsibilities for quality management policy that is authorised by its Chief Executive, or equivalent, and is periodically reviewed at a senior management level. This policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. 4D.2 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. 4D2.1 - A documented policy for the management of environmental issues. The policy must set out responsibilities for environmental management demonstrating that the bidder has and continues to implement an environmental management policy that is authorised by its Chief Executive, or equivalent, and is periodically reviewed at a senior management level. This policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for environmental management throughout the organisation.",
                    "minimum": "Quality Management Standard - including certification to BS EN ISO 9001 (or equivalent) standards. Environmental Management - including certification to BS EN ISO 14001 (or equivalent)."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "35120000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "The Contracting Authority has not included a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Not relevant. (SC Ref:536869)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000495891"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000495891"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ICT-G&S-79",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ICT-G&S-79",
            "awardID": "ICT-G&S-79",
            "status": "active",
            "dateSigned": "2018-03-28T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 140-287950"
        }
    ]
}