Security Systems Maintenance and Associated Services
A Tender Notice
by THE UNIVERSITY OF EDINBURGH
- Source
- Find a Tender
- Type
- Contract (Services)
- Duration
- 5 year
- Value
- ___
- Sector
- DEFENCE
- Published
- 28 Oct 2021
- Delivery
- To 05 Nov 2026 (est.)
- Deadline
- 01 Dec 2021 12:00
Concepts
Location
Edinburgh
1 buyer
- Edinburgh University Edinburgh
Description
You are invited to tender for a contract to provide Service & Maintenance, Breakdowns and Emergency Call-outs for the Security Systems & Associated Services Contract to the University of Edinburgh (UoE). This may include major/minor replacements and ad-hoc services for all existing and proposed new security systems including all relevant associated services. This contract is being tendered on behalf of the UoE and all UoE Subsidiary Companies. Any and all of the UoE Subsidiary Companies may access and utilise this Contract at any time during the relevant Contract period. The University of Edinburgh Standard Terms and Conditions relating to the Purchase of Goods and Services shall apply. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T. Bidders must refer to the specific requirements listed in the Section III in this Contract Notice when completing the SPD in PCS-T. Bidders should note that these are mandatory pass/fail requirements and that failure to provide adequate evidence on request of how these requirements shall be met will result in automatic exclusion from the Tendering process Each Bidder passing the Minimum Standards will then be subject to a technical and commercial evaluation. Bidders will be required to confirm they can meet the required maximum response times on site. Failure to confirm and demonstrate this in their responses to the technical questions will result in the Bidder being automatically excluded. UoE reserve the right to apply their own judgement based on experience from similar contracts to determine if response is feasible. If bidders knowingly cannot fulfil this, they should discontinue this application. A technical threshold will apply - bids will be required to achieve a minimum score of 30 percent or more of the overall technical score of 60 percent in order to progress to the commercial stage of evaluation. Commercial scores shall be allocated on a comparative basis with the lowest overall price receiving full marks and others a percentage of that mark according to the difference between their bid and the lowest offer. Where we consider any of the total price(s) you have submitted to be abnormally low we will ask you to explain the price(s) you have submitted (as required in regulation 69 of the Public Contracts Regulations 2015). The quality and commercial score will be combined to give each bidder, who has passed the technical threshold, an overall total score. The supplier with the highest total score will be deemed to have provided the most economical advantageous tender (MEAT).
Total Quantity or Scope
Provision of Service and Maintenance, Breakdowns and Emergency Call-outs for the Security Systems & Associated Services Contract. … This contract is tendered on behalf of the University of Edinburgh (UoE) and all UoE Subsidiary Companies (200 plus properties of varying size and age). … The contractor shall ensure that his duties under this Contract are carried out by suitably skilled operatives and shall use only good quality plant, equipment and materials, which meet current relevant British Standards and EU Regulations and meet accepted good general engineering and work practice. The UoE Standard Terms and Conditions relating to the Purchase of Goods and Services shall apply. The UoE at present, have significant security assets, some of which are known and others which have yet to be identified. The contractor shall develop and maintain an accurate asset list; including the omission of redundant services/equipment and addition of newly installed equipment under both development and operational projects. The contractor shall be responsible for surveying all buildings across the UoE Estate to ascertain existing and unidentified assets. UoE Security manage a number of specialist alarms from End-User equipment, whilst the maintenance of this specialist equipment is not to be included, a response to received alarms shall be. This contract requires the undertaking of planned/reactive maintenance (in compliance with SFG20) and associated services on all systems as noted below, it should be noted, the list provided below is not definitive; a)CCTV Systems including camera, recording, network storage and housings, remote monitoring, display screen, structured cabling, bracketry and software programme/management equipment b)Intruder alarm systems including detection, keypads, door/window contacts, main panel, interface equipment and remote signalling alarms/connections c)Panic alarms including main panel, keypads, wireless devices, remote signalling equipment d)Maintaining and updating of a Security Asset List with all relevant data with both unknown, undiscovered or new installed assets under Security, Capital or Minor Works projects e)Ensuring all security equipment software and platforms are compatible and up to date f)This contract will permit the direct appointment of specialist to carry out major and minor replacement/upgrade of security system works on the Estate g)Associated Services – interface and works to other systems i.e. Access Control systems, fire detection, response to critical alarms from specialist user system equipment, IT, Electrical Installations, life safety systems, project design services, building/Estate survey services, development of single platforms, technical support for UoE teams h)Emergency site attendance both in and out of hours i)Production of system condition reports after each maintenance visit j)Regular liaison with UoE Estates BSG and Security representatives and responding to daily call-outs from UoE BSG, Security or Helpdesk Teams k)Preparation and management of an annual planned maintenance schedule to comply with the requirements of SFG20 Security systems are a critical component to the daily operation and securing of the entire UoE Estate including the security and health and safety of UoE staff/students and assets. The University has a responsibility to ensure all security system reactive works have an initial response time of one hour by competent engineering personnel. The Contractor will provide a 24 hour, 365 day, on-call service in line with the required on site response times; within one hour for all Emergency calls and within four hours for all Urgent calls, from fault notification by a suitably qualified operative. Additional information: Economic operators may be excluded from this competition if there are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
Renewal Options
This Contract covers an initial contract period of 3 years with the option to extend for a period of two 1 year periods in total.
Award Criteria
Quality | 60 |
price | 40 |
CPV Codes
- 50610000 - Repair and maintenance services of security equipment
- 35121000 - Security equipment
- 35120000 - Surveillance and security systems and devices
- 35125300 - Security cameras
Indicators
- This is a recurring contract.
- Options are available.
- Renewals are available.
- Financial restrictions apply.
- Professional qualifications are sought.
- Staff qualifications are relevant.
- Technical restrictions apply.
Other Information
** PREVIEW NOTICE, please check Find a Tender for full details. ** This procurement includes additional procurement-specific pass/fail minimum requirements which are detailed in the Qualification and Technical Envelope in PCS-T and/or associated attachment. NOTE: Bidders must complete the SPD (Scotland) to demonstrate adherence to the Exclusion and Selection Criteria for this procurement. If there are named subcontractors/technicians upon which the bidder will rely to meet the selection criteria, these named parties must complete and reattach the SPD Supplier Response Forms (MO Excel document) attached to SPD question 2C.1.1 on PCS-T. These parties must complete the first three sections of the SPD form, as well as any part of the section 4 selection criteria that the main bidder will rely upon the parties to fulfil. The University reserves the right to request this information from relevant parties upon whom the main bidder will not rely to fulfil selection criteria. Note: Bidders and subcontractors engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in ESPD section 3D). Without prejudice to any additional relevant duties, suppliers should note that this includes obligations for certain organisations under: -the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted), -the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&fro...) -the Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents) -the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) - this is grounds for mandatory exclusion or termination at any procurement or contract stage At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by section 54 of the Modern Slavery Act for organisations with a turnover of 36,000,000 GBP or over. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 41812. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:671633)
Reference
- ocds-h6vhtk-02bfd8
- FTS 027112-2021