CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-019456/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Caledonian Maritime Assets Ltd
Postal address: Caledonian Maritime Assets Ltd
Town: Port Glasgow
Postal code: PA14 5EQ
Country: United Kingdom
Contact Person: Denise Kyle
Email: denise.kyle@cmassets.co.uk
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity: Transport

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: CCTV Upgrade Maintenance and Repair

Reference number: CMAL0307
II.1.2) Main CPV code: 72000000
II.1.3) Type of contract: Services
II.1.4) Short Description: CMAL wish to appoint a sole supplier to provide routine planned on-site maintenance, remote and on-site reactive repairs, on-site upgrades and support for CCTV cameras and servers located at 26 sites including remote Islands.

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
35125300, 35121000, 35120000, 72300000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:
The West of Scotland and Clyde Estuary

II.2.4) Description of the procurement:
CMAL wish to appoint a sole supplier to provide routine planned on-site maintenance, remote and on-site reactive repairs, on-site upgrades and support for CCTV cameras and servers located at 26 sites including remote Islands.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewalyes Description of renewals:The contract is for a 5 year core term with 3 optional extensions of 1 year each (up to 8 years in total)

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options yes
Description of options: CMAL reserves the right to request additional services from the successful supplier.

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 successful supplier will require to collaborate with third parties, trial the VMS software at Largs to ensure compatibility with Bosch hardware, complete a Data Processing Agreement within 5 working days of the award of contract.

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:SPD 4A.2.1 – Bidders require to be National Security Inspectorate (NSI) Gold approved for the Design, Installation and Maintenance of CCTV Surveillance Systems with ISO9001 combined with unique NSI Quality Schedule.
Bidders require to be able to support both the existing Bosch Video Management Software system and the proposed software until your organisations solution has been fully implemented. The proposed software requires to be compatible with CMAL’s existing Bosch assets as mandatory pass/fail selection criteria.
Minimum level(s) of standards possibly required: 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. Information regarding the Single Procurement Document and contracting authority specific requirements can be found in the Supplier Guidance Document which is located in the Buyers Attachment area of the Public Contracts Scotland-Tender (PCS-T).
Financial Standing – CMAL reserves the right, at its own discretion, to seek such information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder’s economic and financial standing.
4B.51a-3 Insurance – As per the SPD it is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below;
Employer’s Liability: The minimum indemnity limit of GBP TEN MILLION 10,000,000 pounds STERLING shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims
Public Liability: The minimum indemnity limit of GBP FIVE MILLION 5,000,000 pounds STERLING shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims.
Professional Risk Indemnity: The minimum indemnity limit of GBP ONE HUNDRED THOUSAND 100,000 pounds STERLING shall be taken out and maintained throughout the period of services in respect of each claim without limit to the number of claims.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: See tender documents.

Minimum level(s) of standards possibly required:Bidders must ensure that all organisational representatives who attend site to provide services are adequately trained and competent to carry out the required tasks. Bidders must provide appropriate written site specific Risk Assessment and Method Statements (RAMMS) for all aspects of the work to appropriate CMAL staff. The successful supplier shall programme works around Caledonian MacBrayne ferry and other vessel usage of the berths and other CMAL facilities. Timescales are published by CalMac Ferries Ltd (CFL) and further details are available from the local Port Manager having responsibility for the respective location. The successful supplier shall liaise with the CFL Port Manager having responsibility for the location with regard to site induction, work permits, ferry and other harbour operations.

III.2.2) Contract performance conditions: See tender documents.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2024-07-31 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2024-07-31 Local time: 12:00 Place:Port Glasgow

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:July 2029 at the earliest if no optional extensions are let. Otherwise plus 1 year for each of the 3 optional 1 year extensions.
VI.2) Information about electronic workflows
VI.3) Additional information:
The successful supplier will require to provide a fully completed data processing agreement within 5 working days of the award of contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26711. For more information see:
A sub-contract clause has been included in this contract. For more information see:
(SC Ref:768943)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Greenock Sherriff Court
Town: Greenock
Country: United Kingdom
VI.5) Date of dispatch of this notice:2024-06-25

RELATED ARTICLES

March 29, 2026

Electricity

Type of document: Contract Notice Country: Serbia Title: Electricity Authority: PRIMARY SCHOOL “BRANKO KRSMANOVIĆ” SIKIRICA RS215 – Pomeranian region, PARAĆIN Contract type: Tender Notice Description: Electricity CPV:

March 29, 2026

Fuels and lubricants - 3 years

Type of document: Contract Notice Country: Serbia Title: Fuels and lubricants – 3 years Authority: ADMINISTRATION FOR COMMON AFFAIRS OF REPUBLIC BODIES RS –