Security System Maintenance Tender
Scottish Water is looking to partner with an alarm maintenance industry specialist supplier to ensure that its operational water assets are protected throughout its operating area.
United Kingdom-Glasgow: Repair and maintenance services of security equipment
2015/S 099-181147
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Scottish Water
The Bridge, Buchanan Gate Business Park, Cumbernauld Road, Stepps
For the attention of: Kerry Buchanan
Glasgow
UNITED KINGDOM
Telephone: +44 7875873225
E-mail: kerry.buchanan@scottishwater.co.uk
Internet address(es):
General address of the contracting entity: www.scottishwater.co.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10303
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Pan Scotland.
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 8
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 4 000 000 and 5 600 000 GBP
II.1.5)Short description of the contract or purchase(s):
The principle objectives of this contract are:
To implement a pan-Scotland annual maintenance regime for:
Specified Scottish Water operational assets which have been installed with the Sentinor ‘WATERCRESS’© security system (consisting of analyser/control panel; seismic sensors) and matched non-system sensors.
Other specified Scottish Water operational assets which have been installed with conventional intruder detection systems (consisting of control panel (mostly Honeywell ‘Galaxy’©) and matched sensors).
Other specified Scottish Water operational assets which have been installed with a variety of fence-mounted perimeter intrusion detection systems.
To implement a pan-Scotland reactive maintenance response for the above systems such that all breakdowns on security system equipment affected by this contract are attended to within a specified time of the breakdown being reported to the supplier and, where achievable, rectified within the same period. Specifically;
For specified sites (mostly based on Cortech DATALOG© security management integration software) the reactive response time will be 4 hours.
For WATERCRESS© and other IDS systems:
Region Response Time
— Forth 24 hrs (1 working day),
— Forth (Islands) 48 hrs (2 working days),
— Clyde 24 hrs (1 working day),
— Nith 24 hrs (1 working day),
— Ayr 24 hrs (1 working day),
— Tweed 24 hrs (1 working day),
— Don 24 hrs (1 working day),
— Don (Islands) 48 hrs (2 working days),
— Tay 24 hrs (1 working day),
— Ness (Mainland) 24 hrs (1 working day),
— Ness (Islands) 48 hrs (2 working days).
The supplier must demonstrate prior practical multi-site experience of conducting security system maintenance in accordance with manufacturers’ schedules of maintenance tasks and supplementary schedules as determined by Scottish Water.
The supplier must demonstrate practical multi-site experience with the installation, maintenance and operation of the Sentinor ‘WATERCRESS’© system.
The supplier must demonstrate practical multi-site experience with the installation, maintenance and operation of the Cortech ‘DATALOG’© system.
Ideally, suppliers should have experience of working within the water services industry, preferably with practical experience of working over live water assets.
Suppliers must have all engineering maintenance technicians screened to BS 7858 or UK Government National Security Vetting procedures. Consideration will be shown to suppliers without either of these criteria, if they can show their pre-employment screening processes are to an acceptable equivalent level providing they have the necessary experience of the WATERCRESS© system.
Suppliers must demonstrate they hold either NSI Gold or Silver certification for all the following areas; ‘Electronic Security Systems’ (Intruder Alarm, CCTV and Access Control); Or SSAIB certification for ‘Electronic Security Systems’ (includes: Intruder Detection Systems; CCTV Surveillance; CCTV Surveillance – Remotely Monitored and Detector Activated; Access Control).
Suppliers must demonstrate they have extensive experience with BSEN50131 compliant Intruder Detection Systems.
Suppliers should have demonstrable experience with Cortech Datalog security management systems; including ability to provide Cortech drawings/editing updates.
Suppliers should have demonstrable design, installation and maintenance experience with CCTV systems; including integration with PIDS.
The requirement encompasses various opportunities for efficiency; consolidation and optimisation which exist within the business.
Suppliers should have a good understanding of any practices required to support a safe and environmentally friendly service and be able to ensure that these obligations are met at all times. In addition we welcome and recognise flexible and innovative proposals that seek to reduce our operating costs and improve efficiencies relating to security alarm system maintenance, general maintenance downtime and any untargeted costs associated with alarm maintenance.
Scottish Water currently operates on a systems platform that is not integrated internally or linked to the supply base and therefore seeks to address this through the possible utilisation of the supplier’s system and IT capabilities.
It is essential that Scottish Water can understand its true whole life cost for each site which should be transparent in nature and fully open for discussion. Suggestions are welcome from suppliers with regard to how this can be successfully achieved.
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=398733
II.1.6)Common procurement vocabulary (CPV)
50610000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The principle objectives of this contract are:
To implement a pan-Scotland annual maintenance regime for:
Specified Scottish Water operational assets which have been installed with the Sentinor ‘WATERCRESS’© security system (consisting of analyser/control panel; seismic sensors) and matched non-system sensors.
Other specified Scottish Water operational assets which have been installed with conventional intruder detection systems (consisting of control panel (mostly Honeywell ‘Galaxy’©) and matched sensors).
Other specified Scottish Water operational assets which have been installed with a variety of fence-mounted perimeter intrusion detection systems.
To implement a pan-Scotland reactive maintenance response for the above systems such that all breakdowns on security system equipment affected by this contract are attended to within a specified time of the breakdown being reported to the supplier and, where achievable, rectified within the same period. Specifically;
For specified sites (mostly based on Cortech DATALOG© security management integration software) the reactive response time will be 4 hours.
For WATERCRESS© and other IDS systems:
Region Response Time
— Forth 24 hrs (1 working day),
— Forth (Islands) 48 hrs (2 working days),
— Clyde 24 hrs (1 working day),
— Nith 24 hrs (1 working day),
— Ayr 24 hrs (1 working day),
— Tweed 24 hrs (1 working day),
— Don 24 hrs (1 working day),
— Don (Islands) 48 hrs (2 working days),
— Tay 24 hrs (1 working day),
— Ness (Mainland) 24 hrs (1 working day),
— Ness (Islands) 48 hrs (2 working days).
The supplier must demonstrate prior practical multi-site experience of conducting security system maintenance in accordance with manufacturers’ schedules of maintenance tasks and supplementary schedules as determined by Scottish Water.
The supplier must demonstrate practical multi-site experience with the installation, maintenance and operation of the Sentinor ‘WATERCRESS’© system.
The supplier must demonstrate practical multi-site experience with the installation, maintenance and operation of the Cortech ‘DATALOG’© system.
Ideally, suppliers should have experience of working within the water services industry, preferably with practical experience of working over live water assets.
Suppliers must have all engineering maintenance technicians screened to BS 7858 or UK Government National Security Vetting procedures. Consideration will be shown to suppliers without either of these criteria, if they can show their pre-employment screening processes are to an acceptable equivalent level providing they have the necessary experience of the WATERCRESS© system.
Suppliers must demonstrate they hold either NSI Gold or Silver certification for all the following areas; ‘Electronic Security Systems’ (Intruder Alarm, CCTV and Access Control); Or SSAIB certification for ‘Electronic Security Systems’ (includes: Intruder Detection Systems; CCTV Surveillance; CCTV Surveillance — Remotely Monitored and Detector Activated; Access Control).
Suppliers must demonstrate they have extensive experience with BSEN50131 compliant Intruder Detection Systems.
Suppliers should have demonstrable experience with Cortech Datalog security management systems; including ability to provide Cortech drawings/editing updates.
Suppliers should have demonstrable design, installation and maintenance experience with CCTV systems; including integration with PIDS.
The requirement encompasses various opportunities for efficiency; consolidation and optimisation which exist within the business.
Suppliers should have a good understanding of any practices required to support a safe and environmentally friendly service and be able to ensure that these obligations are met at all times. In addition we welcome and recognise flexible and innovative proposals that seek to reduce our operating costs and improve efficiencies relating to security alarm system maintenance, general maintenance downtime and any untargeted costs associated with alarm maintenance.
Scottish Water currently operates on a systems platform that is not integrated internally or linked to the supply base and therefore seeks to address this through the possible utilisation of the supplier’s system and IT capabilities.
It is essential that Scottish Water can understand its true whole life cost for each site which should be transparent in nature and fully open for discussion. Suggestions are welcome from suppliers with regard to how this can be successfully achieved.
Estimated value excluding VAT
Range: between 4 000 000 and 5 600 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information:
(SC Ref:398733).
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: