萝莉原创

萝莉原创 Tenders

05 May 2026

Related Information

Construction Contract Leads

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 15th Apr 2026

Tender Details
Referenceocds-h6vhtk-064b86
Common Procurement VocabularyRepair and maintenance services of security equipment
Procurement MethodOpen procedure
Value-
« Previous Page

Scotland

Category Services

Type Tender

No. of Lots 1

Status Active

Published 15th Apr 2026

Tender Details
Referenceocds-h6vhtk-064b86
Common Procurement VocabularyRepair and maintenance services of security equipment
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Glasgow Kelvin College

123 Flemington St

Glasgow

G21 4TD

Contact

Alice Ng

Email

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

Internet address