Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Scottish Water
6 Buchanan Gate
Stepps
G33 6FB
UK
Person cyswllt: Struan MacAra
Ffôn: +44 7880460643
E-bost: struan.macara@scottishwater.co.uk
NUTS: UKM
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: www.scottishwater.co.uk
Cyfeiriad proffil y prynwr: www.scottishwater.co.uk
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.delta-esourcing.com/tenders/UK-UK-Stepps:-Repair-and-maintenance-services-of-security-equipment./89KD5E2KF3
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.delta-esourcing.com/tenders/UK-title/89KD5E2KF3
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.6) Prif weithgaredd
Dŵr
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Security System Maintenance
Cyfeirnod: SW23/CSD/1448
II.1.2) Prif god CPV
50610000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Maintenance of security alarms to ensure operational water assets are protected.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 5 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKM
Prif safle neu fan cyflawni:
SCOTLAND
II.2.4) Disgrifiad o’r caffaeliad
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) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 5 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Yr isafswm nifer a ragwelir: 1
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
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: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Lefel(au) gofynnol y safonau sydd eu hangen:
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) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.6) Adneuon a gwarantau sy’n ofynnol:
Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:
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) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:
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) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Bidders must comply with modern slavery act and operate an ethical supply chain.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
negodi gyda galwad am gystadleuaeth
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
12/10/2023
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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:
<a href="https://scottishwater.delta-esourcing.com/tenders/UK-UK-Stepps:-Repair-and-maintenance-services-of-security-equipment./89KD5E2KF3" target="_blank">https://scottishwater.delta-esourcing.com/tenders/UK-UK-Stepps:-Repair-and-maintenance-services-of-security-equipment./89KD5E2KF3</a>
To respond to this opportunity, please click here:
<a href="https://scottishwater.delta-esourcing.com/respond/89KD5E2KF3" target="_blank">https://scottishwater.delta-esourcing.com/respond/89KD5E2KF3</a>
GO Reference: GO-2023911-PRO-23844736
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
UK
Ffôn: +44 1414298888
E-bost: glasgow@scotcourts.gov.uk
Cyfeiriad(au) rhyngrwyd
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court
VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu
Scottish Water
6 Buchanan Gate
Glasgow
G33 6FB
UK
Ffôn: +44 8000778778
VI.5) Dyddiad anfon yr hysbysiad hwn
11/09/2023