Skip to main content.

Scottish Water : Security System Maintenance

  Scottish Water is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Security System Maintenance
Notice type: Contract Notice - Utilities
Authority: Scottish Water
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: Maintenance of security alarms to ensure operational water assets are protected.
Published: 11/09/2023 11:31
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Stepps: Repair and maintenance services of security equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             Scottish Water
             6 Buchanan Gate, Stepps, G33 6FB, United Kingdom
             Tel. +44 7880460643, Email: struan.macara@scottishwater.co.uk
             Contact: Struan MacAra
             Main Address: www.scottishwater.co.uk, Address of the buyer profile: www.scottishwater.co.uk
             NUTS Code: UKM
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Stepps:-Repair-and-maintenance-services-of-security-equipment./89KD5E2KF3
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/89KD5E2KF3 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided

      I.6) Main activity:
            Water

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Security System Maintenance       
      Reference Number: SW23/CSD/1448
      II.1.2) Main CPV Code:
      50610000 - Repair and maintenance services of security equipment.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Maintenance of security alarms to ensure operational water assets are protected.       
      II.1.5) Estimated total value:
      Value excluding VAT: 5,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
   
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: 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. The principal objectives of this framework are: •To implement a pan-Scotland annual maintenance regime for: oScottish 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. •To implement a pan-Scotland annual maintenance regime for: oSpecified Scottish Water operational assets which have been installed with the Cortech DATALOG© 5/MV security management system. oScottish Water operational assets which have been installed with conventional intruder detection systems (consisting of control panel (mostly Honeywell ‘Galaxy’©) and matched sensors). oScottish Water operational assets which have been installed with a variety of fence-mounted perimeter intrusion detection systems; predominantly, Southwest Microwave Intrepid II. oScottish water operational assets which have been installed with an electronic access control system (Honeywell Win-Pak). •To implement a pan-Scotland reactive maintenance response for the above systems such that all faults 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: oFor specified sites (mostly based on Cortech DATALOG© 5/MV security management integration software) the reactive response time will be 4 hours. oScottish water operational assets which have been installed with an electronic access control system (Honeywell Win-Pak); and master data base system. oFor WATERCRESS©, other IDS systems and PIDs. Response Times: Pan-Scotland 1 working day with the following exceptions: Orkneys & Shetlands; Inner and Outer Hebrides (48-72 hrs). The supplier must demonstrate prior practical multi-site experience of conducting security system maintenance in accordance with manufacturers’ schedules of maintenance tasks. 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’© 5/MV 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 prior to the start of the contract and throughout the life of the contract. Suppliers must hold and commit to retaining for the length of the framework, NSI Gold for all the following areas: ‘Electronic Security Systems’ (Intruder Alarm, CCTV and Access Control). Suppliers must demonstrate they have extensive experience with BSEN50131 compliant Intruder Detection Systems. Suppliers must have on-going experience with Cortech Datalog 5/MV security management systems; including ability to provide Cortech drawings/editing updates. Suppliers must have on-going experience with fence-mounted PIDS; specifically South West Microwave. All engineers working on Scottish Water’s security systems must hold a valid Energy and Utility Skills Register’s EUSR and Scottish Water DOMs registration. Failure to hold a valid registration will prevent access to operational sites (and systems). In addition to the above, all engineers must also hold a National Water Hygiene Card (HYCOP) due to the engineers working on SW clean water assets. 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.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 96       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The PQQ documents can also be accessed by logging in through the Scottish Water Delta e-sourcing webpage https://scottishwater.delta-esourcing.com/ and through the Response Manager section using the following Access Code:       
   


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.4) Objective rules and criteria for participation
            Not Provided      
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      III.1.6) Deposits and guarantees required:
      Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.    
      III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract.   
      III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      In the event of a group of companies submitting an accepted offer it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract.      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Bidders must comply with modern slavery act and operate an ethical supply chain.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
   
Section IV: Procedure
   IV.1) Description NEGOTIATED_WITH_COMPETITION
      IV.1.1) Type of procedure: Competitive procedure with negotiation   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided                     
         In the case of framework agreements justification for any duration exceeding 8 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 12/10/2023 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: Scottish Water will not accept the SPD. We will only accept a completed Scottish Water PQQ document. This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the FTS Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://scottishwater.delta-esourcing.com/tenders/UK-UK-Stepps:-Repair-and-maintenance-services-of-security-equipment./89KD5E2KF3

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/89KD5E2KF3
   VI.4) Procedures for review
   VI.4.1) Review body:
             Glasgow Sheriff Court
       1 Carlton Place, Glasgow, G5 9DA, United Kingdom
       Tel. +44 1414298888, Email: glasgow@scotcourts.gov.uk
       Internet address: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court
   VI.4.2) Body responsible for mediation procedures:
             Scottish Water
          6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
          Tel. +44 8000778778
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 11/09/2023

Annex A


View any Notice Addenda

UK-Stepps: Repair and maintenance services of security equipment.

Section I: Contracting Entity

   I.1) Name, Addresses and Contact Point(s):
             Scottish Water
             6 Buchanan Gate, Stepps, G33 6FB, United Kingdom
             Tel. +44 7880460643, Email: struan.macara@scottishwater.co.uk
             Contact: Struan MacAra
             Main Address: www.scottishwater.co.uk, Address of the buyer profile: www.scottishwater.co.uk
             NUTS Code: UKM

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.6) Main activity:
      Water



Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Security System Maintenance            
      Reference number: SW23/CSD/1448

      II.1.2) Main CPV code:
         50610000 - Repair and maintenance services of security equipment.
      

      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Maintenance of security alarms to ensure operational water assets are protected.

      II.1.6) Information about lots
         This contract is divided into lots: No

            II.1.7) Total value of the procurement (excluding VAT)
         
         Agree to publish? Yes
          Value: 5,000,000
                  
         Currency:GBP

   II.2) Description

      II.2.1) Title: Not Provided       
      Lot No: Not Provided

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKM - SCOTLAND
   
      Main site or place of performance:
      SCOTLAND
             

      II.2.4) Description of the procurement: Scottish Water sought to partner with an alarm maintenance specialist supplier to ensure that its operational water assets are protected: The objectives of this framework are: •To implement a pan-Scotland annual maintenance regime for: SW operational assets which have been installed with a security system and matched non-system sensors. •To implement a pan-Scotland annual maintenance regime for: Specified SW operational assets which have been installed with a security management system. SW operational assets which have been installed with conventional intruder detection systems and matched sensors. SW operational assets which have been installed with a variety of fence-mounted perimeter intrusion detection systems; SW operational assets which have been installed with an electronic access control system . •To implement a pan-Scotland reactive maintenance response for the systems such that all faults on security system equipment affected are attended to within a specified time.


      II.2.11) Information about options
         Options: No
         

      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 PQQ documents can also be accessed by logging in through the Scottish Water Delta e-sourcing webpage https://scottishwater.delta-esourcing.com/ and through the Response Manager section using the following Access Code:




Section IV: Procedure

IV.1) Description

   IV.1.1) Type of procedure: Negotiated procedure with prior call for competition


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
      Notice number in the OJ S: 2023/S 000-026797
            

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No




Section V: Award of contract

Award Of Contract (No.1)
   
   Contract No: SW23/CSD/1448    
   Lot Number: Not Provided    
   Title: Security System Maintenance

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/02/2024

      V.2.2) Information about tenders

         Agree to publish? Yes

         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided          

         The contract has been awarded to a group of economic operators: No

      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             Pointer Ltd, SC047359
             65 North Wallace Street, Glasgow, G4 0DT, United Kingdom
             NUTS Code: UKM
            The contractor is an SME: No



      V.2.5) Information about subcontracting

         The contract is likely to be subcontracted: No
         

      V.2.6) Price paid for bargain purchases

         Value excluding VAT: Not Provided          
         Currency: Not Provided




Section VI: Complementary information

   VI.3) Additional information: Scottish Water will not accept the SPD. We will only accept a completed Scottish Water PQQ document. This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the FTS Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination.
To view this notice, please click here:
https://scottishwater.delta-esourcing.com/delta/viewNotice.html?noticeId=847448509

   VI.4) Procedures for review

      VI.4.1) Review body
          Glasgow Sheriff Court
          1 Carlton Place, Glasgow, G5 9DA, United Kingdom
          Tel. +44 1414298888, Email: glasgow@scotcourts.gov.uk
          Internet address: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

      VI.4.2) Body responsible for mediation procedures
          Scottish Water
          6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
          Tel. +44 8000778778

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 06/03/2024







View Award Notice