Construction Contract Leads
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 15th Apr 2026
| Reference | ocds-h6vhtk-064b86 |
| Common Procurement Vocabulary | Repair and maintenance services of security equipment |
| Procurement Method | Open procedure |
| Value | - |
Scotland
Category Services
Type Tender
No. of Lots 1
Status Active
Published 15th Apr 2026
| Reference | ocds-h6vhtk-064b86 |
| Common Procurement Vocabulary | Repair and maintenance services of security equipment |
| Procurement Method | Open procedure |
| Value | - |
Section I: Contracting authority
I.1) Name and addresses
Glasgow Kelvin College
123 Flemington St
Glasgow
G21 4TD
Contact
Alice Ng
ang [at] glasgowkelvin.ac.uk
Telephone
+44 1416305000
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
CCTV, Fire & Intruder Alarm & Access Control Maintenance and Upgrade for Glasgow Kelvin College
Reference number
GKC-EFM-043
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
GKC requires a Contractor for the maintenance, servicing and repair of CCTV cameras and monitoring software, fire alarm systems, intruder alarms and access control systems.
This tender also includes the installation of additional audio/visual alarms at each campus to meet Martyn鈥檚 Law provisions, and the upgrade of the College鈥檚 CCTV system to allow for monitoring of CCTV between campuses.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 50610000 - Repair and maintenance services of security equipment
- 72212730 - Security software development services
II.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
II.2.4) Description of the procurement
GKC requires a Contractor for the maintenance, servicing and repair of CCTV cameras and monitoring software, fire alarm systems, intruder alarms and access control systems.
This tender also includes the installation of additional audio/visual alarms at each campus to meet Martyn鈥檚 Law provisions, and the upgrade of the College鈥檚 CCTV system to allow for monitoring of CCTV between campuses.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The College reserves the right to extend the Contract for a further two years subject to satisfactory performance and continued College requirements.
II.2.10) Information about variants
Variants will be accepted: No
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
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Please refer to question 4B.5 of the SPD and Economic and Financial standing section of the Contract Notice.
Tenderers must confirm they can provide the following supporting evidence prior to award:
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP
Professional Indemnity Insurance = 5 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or equivalent if awarded the contract.
III.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Please refer to Question 4C.4 of the SPD Prompt Payment in the Supply Chain. Bidders are required to provide a statement of the relevant supply chain management and or tracking systems use as requested below: Tenderers must confirm prior to award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of:
a) their standard payment terms
b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.
If the tenderer is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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: 2026/S 000-011511
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
18 May 2026
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
18 May 2026
Local time
1:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Form of Tender
Tenderers must sign the Form of Tender Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.
Freedom of Information
Please confirm that you will be in a position to complete, prior to award, Appendix B Freedom of Information (if applicable) in the Technical Questionnaire in PCS-Tender. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.
Sustain Supply Chain Code of Conduct
In partnership with Institutions, the Authority has developed a Sustain Supply Chain Code of Conduct Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Sustain Supply Chain Code of Conduct prior to award to assist in achieving its objectives.
Serious Organised Crime
Please complete 鈥淎ppendix G Declaration of Non Involvement in Serious Organised Crime鈥 in the Technical Questionnaire in
PCS-Tender. Tenderers must complete the Declaration of Non-Involvement in Serious Organised Crime. It is for information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms.
Human Trafficking & Labour Exploitation
Please complete 鈥淎ppendix H Declaration of Non Involvement in Human Trafficking & Labour Exploitation鈥 in the Technical
Questionnaire in PCS-Tender. Tenderers must complete the Declaration of Non-Involvement in Human Trafficking & labour Exploitation.
It is for information only and will not be scored but it is a requirement of this tender and will be included in the assessment of tender responses and in contractual terms
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31614. For more information see:
A sub-contract clause has been included in this contract. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
In line with the Procurement Reform Act (2014), the Contractor will work with the College to consider what community benefits can be
delivered through this Contract. These may include, but not limited to, employment and recruitment, skills and training opportunities,
community engagement and anything delivered through the contract intended to improve the economic, social or environmental wellbeing
of the community in a way that is additional to the main purpose of the Contract.
The College will work with the Contractor throughout the contract management process to deliver continuous improvement in pursuit of
environmental and social objectives in their daily business operations.
(SC Ref:829326)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
