Notice Information
Notice Title
Maintenance of CCTV and Perimeter Alarm Systems
Notice Description
Maintenance of all CCTV and Perimeter Alarm Systems within the SPT Estate
Lot Information
Lot 1
With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the bidder in the last 3 years. SPT requires maintenance of its new CCTV system, which is a fully integrated IP IndigoVision based platform that focuses on providing highly scalable and resilient CCTV services by utilising the a distributed architecture rather than centralised one. In combination with the new Cisco based MPLS Core Network, the CCTV services will be traffic engineered to ensure Quality of Service, Bandwidth Provision and Route Resiliency to ensure the highest level of service availability and segregation of critical IP traffic.
Renewal: The contract may be extended by up to 24 months at SPT's sole discretion
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000607251
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP395422
- 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
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
92 - Recreational, cultural and sporting services
-
- CPV Codes
50610000 - Repair and maintenance services of security equipment
92222000 - Closed circuit television services
Notice Value(s)
- Tender Value
- £250,000 £100K-£500K
- Lots Value
- £250,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £169,375 £100K-£500K
Notice Dates
- Publication Date
- 22 Sep 20205 years ago
- Submission Deadline
- 13 Jan 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 1 Sep 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- July 2024
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- STRATHCLYDE PARTNERSHIP FOR TRANSPORT
- Contact Name
- Carolann McQueen, Daniel McIver
- Contact Email
- procurement@spt.co.uk
- Contact Phone
- +44 1413333215
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 5JF
- 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 North
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC374630
Maintenance of CCTV and Perimeter Alarm Systems - Maintenance of all CCTV and Perimeter Alarm Systems within the SPT Estate -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP395422
Maintenance of CCTV and Perimeter Alarm Systems - Maintenance of all CCTV and Perimeter Alarm Systems within the SPT Estate
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-r6ebe6-0000607251-2020-09-22T00:00:00Z",
"date": "2020-09-22T00:00:00Z",
"ocid": "ocds-r6ebe6-0000607251",
"initiationType": "tender",
"parties": [
{
"id": "org-62",
"name": "Strathclyde Partnership for Transport",
"identifier": {
"legalName": "Strathclyde Partnership for Transport"
},
"address": {
"streetAddress": "131 St Vincent Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 5JF"
},
"contactPoint": {
"name": "Daniel McIver",
"email": "procurement@spt.co.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "http://www.spt.co.uk"
}
},
{
"id": "org-27",
"name": "Strathclyde Partnership for Transport",
"identifier": {
"legalName": "Strathclyde Partnership for Transport"
},
"address": {
"streetAddress": "131 St Vincent Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 5JF"
},
"contactPoint": {
"name": "Carolann McQueen",
"email": "procurement@spt.co.uk",
"telephone": "+44 1413333215",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "Public Transport",
"scheme": "COFOG"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "http://www.spt.co.uk"
}
},
{
"id": "org-78",
"name": "Boston Networks Limited",
"identifier": {
"legalName": "Boston Networks Limited"
},
"address": {
"streetAddress": "Titanium 1, King's Inch Place, Braehead",
"locality": "Glasgow",
"region": "UK",
"postalCode": "PA4 8WF"
},
"contactPoint": {
"telephone": "+44 1418922001",
"faxNumber": "+44 1418922099"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-79",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "PO Box 23, I Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Strathclyde Partnership for Transport",
"id": "org-27"
},
"tender": {
"id": "19-214",
"title": "Maintenance of CCTV and Perimeter Alarm Systems",
"description": "Maintenance of all CCTV and Perimeter Alarm Systems within the SPT Estate",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "92222000",
"scheme": "CPV"
},
{
"id": "50610000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 250000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-01-13T12:00:00Z"
},
"documents": [
{
"id": "DEC374630",
"documentType": "contractNotice",
"title": "Maintenance of CCTV and Perimeter Alarm Systems",
"description": "Maintenance of all CCTV and Perimeter Alarm Systems within the SPT Estate",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC374630",
"format": "text/html"
},
{
"id": "SEP395422",
"documentType": "awardNotice",
"title": "Maintenance of CCTV and Perimeter Alarm Systems",
"description": "Maintenance of all CCTV and Perimeter Alarm Systems within the SPT Estate",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP395422",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the bidder in the last 3 years. SPT requires maintenance of its new CCTV system, which is a fully integrated IP IndigoVision based platform that focuses on providing highly scalable and resilient CCTV services by utilising the a distributed architecture rather than centralised one. In combination with the new Cisco based MPLS Core Network, the CCTV services will be traffic engineered to ensure Quality of Service, Bandwidth Provision and Route Resiliency to ensure the highest level of service availability and segregation of critical IP traffic.",
"status": "complete",
"value": {
"amount": 250000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The contract may be extended by up to 24 months at SPT's sole discretion"
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2020-01-31T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to SPT's satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015."
},
{
"type": "economic",
"description": "With regards ESPD question 4B, SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders. In the event that the bidder does not have a Dun and Bradstreet rating or they consider that the rating has been adversely affected by factors which they can offer mitigating evidence for, SPT will use the following ratios to evaluate a bidder's financial status. 1 Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; 2 Liquidity - this value is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio; 3 Gearing - this value is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.",
"minimum": "Bidders with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. In the absence of a Dun and Bradstreet Score, bidders will require to evidence a pass in two out of three financial ratios described. Where 2 out of the 3 ratios cannot be met, we may then take account of other factors when assessing financial viability and the risk to the organisation, providing that the Bidder can submit acceptable evidence to substantiate any of the mitigating criteria. Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims."
},
{
"type": "technical",
"description": "The bidder must either hold the Quality Assurance ISO 9001 standard or must hold the equivalent level of documented process as described within the PQQ documents. . The bidder must in addition hold the Environmental Standard ISO 14001 or must hold the equivalent level of documented process as described within the PQQ documents. . It is a requirement of this contract that the awarded contractor will either hold or will obtain within 3 months of award, membership of the \"Approved Contractor Scheme\" as provided by the Security Industry Authority. This membership must be specifically for CCTV activities.",
"minimum": "ISO 9001 or equivalent standard . ISO 14001 or equivalent . Approved SIA Contractor or Equivalent"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "50610000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "July 2024"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 239-586692"
}
],
"description": "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. ESPD Questions 3A - 3C have been identified as mandatory exclusion grounds and ESPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken. ESPD Question 4A.2 Authorisation/Membership 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 memberships. (SC Ref:631359)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000607251"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000607251"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "19-214",
"suppliers": [
{
"id": "org-78",
"name": "Boston Networks Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "19-214",
"awardID": "19-214",
"status": "active",
"value": {
"amount": 169375,
"currency": "GBP"
},
"dateSigned": "2020-09-01T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "116",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "117",
"measure": "smeBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "118",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "119",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "120",
"measure": "electronicBids",
"value": 6,
"relatedLot": "1"
}
]
}
}