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