Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
West College Scotland
Renfrew Road
Paisley
PA3 4DR
UK
Contact person: Claire Earnshaw
Telephone: +44 3006006060
E-mail: procurement@wcs.ac.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.westcollegescotland.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00465
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Maintenance and Repairs to CCTV, Fire Alarm and Intruder Alarm Systems at West College Scotland
Reference number: WCS 20/137
II.1.2) Main CPV code
50610000
II.1.3) Type of contract
Services
II.1.4) Short 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.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
171 344.04
GBP
II.2) Description
II.2.2) Additional CPV code(s)
31625200
31625300
35121700
79711000
92222000
35125300
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
West College campuses at Paisley, Clydebank and Greenock.
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Quality criterion: As detailed in the ITT document
/ Weighting: 40
Price
/ Weighting:
60
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) 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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-029890
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
17/12/2024
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 9
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Dalkia Scotshield Limited
1 Rutherglen Links, Rutherglen Links Business Park,
Glasgow
G73 1DF
UK
Telephone: +44 1417298383
Fax: +44 8448094341
NUTS: UKM83
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 171 344.04
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
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)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
UK
VI.4.2) Body responsible for mediation procedures
Glasgow Sheriff Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
UK
VI.5) Date of dispatch of this notice
13/01/2025