The Maintenance of Fire and Intruder Alarm Systems, CCTV Installations, Access Controls, External Barriers, and Service Intercoms at Glasgow Clyde College

A Contract Award Notice
by GLASGOW CLYDE COLLEGE

Source
Find a Tender
Type
Contract (Services)
Duration
not specified
Value
£150K
Sector
DEFENCE
Published
15 Jan 2025
Delivery
not specified
Deadline
n/a

Concepts

Location

Cardonald Campus - 690 Mosspark Drive. Glasgow. G52 3AY Anniesland Campus -19 Hatfield Drive. Glasgow. G12 0YE Langside Campus - 50 Prospecthill Road. Glasgow. G42 9LB

Geochart for 1 buyers and 1 suppliers
Glasgow Clyde College
Dalkia Scotshield
Leaflet | Map tiles by Stamen Design, under CC BY 3.0. Data by OpenStreetMap, under ODbL.

1 buyer

1 supplier

Description

Glasgow Clyde College requires a single contractor to provide CCTV, Security Alarm and Fire System Maintenance for existing systems at each of its campuses - Cardonald, Anniesland, and Langside. Cardonald Campus - 690 Mosspark Drive. Glasgow. G52 3AY Anniesland Campus -19 Hatfield Drive. Glasgow. G12 0YE Langside Campus - 50 Prospecthill Road. Glasgow. G42 9LB Maintenance of Fire and Intruder Alarm Systems, CCTV Installations, Access Controls, External Barriers, and Service Intercoms at Glasgow Clyde College.

Total Quantity or Scope

Glasgow Clyde College is seeking to appoint a suitably qualified contractor to provide a PPM and Reactive Maintenance Service for its existing CCTV, Security Alarm and Fire Systems. This will also include the maintenance of Access Control Barriers and Service Intercoms. The requirements must be covered by a single contractor which includes the PPM and Reactive Maintenance of the following systems: Fire Alarm Systems Intruder Alarm Systems CCTV Installations and Systems (Internal and External) Access Control Systems including External Barriers Lift Refuge Intercoms Systems Fire Refuge Intercoms Systems The envisioned commencement date for the maintenance contract is 15/09/2024, with an initial contract duration of 2 years. There will be an option extend this contract for two additional period of 12 months each. This contract intends on establishing a comprehensive and efficient CCTV, Security Alarm and Fire Systems maintenance programme for each of Glasgow Clyde Colleges campuses. … Langside Campus - 50 Prospecthill Road. Glasgow. G42 9LB 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

Award Detail

1 Dalkia Scotshield (Glasgow)
  • Reference: 001352-2025-gcc-23-003-1
  • Value: £150,317

Award Criteria

Service Delivery - Methodology 10
Operation and Management of the Contract 10
Service Delivery – Quality Assurance and Continuous Improvement 5
Key Personnel 5
Sustainable Procurement – Health & Safety 4
Responsible Procurement – Environmental 2
Responsible Procurement – Community Benefits 2
Responsible Procurement – Fair Work Practices 2
PPM: Overall Annual Maintenance Cost at each 30
Hourly Rates & Call Out / 25
parts - Percentage Mark up 5

CPV Codes

  • 50610000 - Repair and maintenance services of security equipment
  • 31625000 - Burglar and fire alarms
  • 31625200 - Fire-alarm systems
  • 31625300 - Burglar-alarm systems
  • 35121700 - Alarm systems
  • 79711000 - Alarm-monitoring services
  • 92222000 - Closed circuit television services
  • 35125300 - Security cameras
  • 42961100 - Access control system
  • 32360000 - Intercom equipment

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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. Bidders 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. (SC Ref:787894)

Reference

Domains