Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

CCTV Upgrade Maintenance and Repair

  • First published: 26 June 2024
  • Last modified: 26 June 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-047288
Published by:
Caledonian Maritime Assets Ltd
Authority ID:
AA24528
Publication date:
26 June 2024
Deadline date:
31 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

CMAL wish to appoint a sole supplier to provide routine planned on-site maintenance, remote and on-site reactive repairs, on-site upgrades and support for CCTV cameras and servers located at 26 sites including remote Islands.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Caledonian Maritime Assets Ltd

Caledonian Maritime Assets Ltd

Port Glasgow

PA14 5EQ

UK

Contact person: Denise Kyle

E-mail: denise.kyle@cmassets.co.uk

NUTS: UKM83

Internet address(es)

Main address: http://www.cmassets.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12082

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Transport

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

CCTV Upgrade Maintenance and Repair

Reference number: CMAL0307

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

CMAL wish to appoint a sole supplier to provide routine planned on-site maintenance, remote and on-site reactive repairs, on-site upgrades and support for CCTV cameras and servers located at 26 sites including remote Islands.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

35125300

35121000

35120000

72300000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

The West of Scotland and Clyde Estuary

II.2.4) Description of the procurement

CMAL wish to appoint a sole supplier to provide routine planned on-site maintenance, remote and on-site reactive repairs, on-site upgrades and support for CCTV cameras and servers located at 26 sites including remote Islands.

II.2.5) Award criteria

Criteria below:

Quality criterion: Price / Weighting: 35%

Quality criterion: Quality / Weighting: 65%

Price / Weighting:  Price

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96

This contract is subject to renewal: Yes

Description of renewals:

The contract is for a 5 year core term with 3 optional extensions of 1 year each (up to 8 years in total)

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

CMAL reserves the right to request additional services from the successful supplier.

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

The successful supplier will require to collaborate with third parties, trial the VMS software at Largs to ensure compatibility with Bosch hardware, complete a Data Processing Agreement within 5 working days of the award of contract.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

SPD 4A.2.1 - Bidders require to be National Security Inspectorate (NSI) Gold approved for the Design, Installation and Maintenance of CCTV Surveillance Systems with ISO9001 combined with unique NSI Quality Schedule.

Bidders require to be able to support both the existing Bosch Video Management Software system and the proposed software until your organisations solution has been fully implemented. The proposed software requires to be compatible with CMAL's existing Bosch assets as mandatory pass/fail selection criteria.

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

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. Information regarding the Single Procurement Document and contracting authority specific requirements can be found in the Supplier Guidance Document which is located in the Buyers Attachment area of the Public Contracts Scotland-Tender (PCS-T).

Financial Standing - CMAL reserves the right, at its own discretion, to seek such information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing.

4B.51a-3 Insurance - As per the SPD it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below;

Employer's Liability: The minimum indemnity limit of GBP TEN MILLION 10,000,000 pounds STERLING shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims

Public Liability: The minimum indemnity limit of GBP FIVE MILLION 5,000,000 pounds STERLING shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims.

Professional Risk Indemnity: The minimum indemnity limit of GBP ONE HUNDRED THOUSAND 100,000 pounds STERLING shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

See tender documents.


Minimum level(s) of standards required:

Bidders must ensure that all organisational representatives who attend site to provide services are adequately trained and competent to carry out the required tasks. Bidders must provide appropriate written site specific Risk Assessment and Method Statements (RAMMS) for all aspects of the work to appropriate CMAL staff. The successful supplier shall programme works around Caledonian MacBrayne ferry and other vessel usage of the berths and other CMAL facilities. Timescales are published by CalMac Ferries Ltd (CFL) and further details are available from the local Port Manager having responsibility for the respective location. The successful supplier shall liaise with the CFL Port Manager having responsibility for the location with regard to site induction, work permits, ferry and other harbour operations.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

See tender documents.

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 31/07/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 31/07/2024

Local time: 12:00

Place:

Port Glasgow

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

July 2029 at the earliest if no optional extensions are let. Otherwise plus 1 year for each of the 3 optional 1 year extensions.

VI.3) Additional information

The successful supplier will require to provide a fully completed data processing agreement within 5 working days of the award of contract.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26711. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

(SC Ref:768943)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sherriff Court

Greenock

UK

VI.5) Date of dispatch of this notice

25/06/2024

Coding

Commodity categories

ID Title Parent category
72300000 Data services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
35125300 Security cameras Surveillance system
35121000 Security equipment Surveillance and security systems and devices
35120000 Surveillance and security systems and devices Emergency and security equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
denise.kyle@cmassets.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.