Notice Information
Notice Title
Closed Circuit Television (CCTV) and Related Services 2022 - 2024
Notice Description
The establishment of a contract for the future provision of Closed Circuit Television (CCTV) and Related Services 2022 - 2024. North Lanarkshire Council (the "Council") has a requirement to maintain a range of security systems across the Councils public space CCTV network currently operating within its boundaries consisting of circa 800 networked cameras managed from a central facility at Coatbridge. The Council also has a requirement to service and maintain similar CCTV and related services to 44 high rise towers, 33 sheltered complexes, 8 supported accommodation units, 158 schools, 46 operational buildings and other specific commercial and residential properties. In addition the Council has a number of sites previously owned by Council related ALEO's including Culture and Leisure North Lanarkshire (CLNL) and NL Properties (NLP) which will be covered by this Contract. The requirements are: - maintenance services, covering CCTV, access control and intruder alarm, including software and hardware maintenance and physical works maintenance; - capital upgrades and new installations of those systems; - development of all systems based on open-protocol principles to allow unification over the period of the contract; - development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security; and - a simplified but more cohesive approach to Contract and Supplier Management.
Lot Information
Housing Property & Projects (Non-Domestic) - CCTV, Access Controls and Intruder Alarms
The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes the following: (i) maintenance services, covering three work packages, comprising CCTV, Intruder Alarm and Access Controls including software and hardware maintenance as well as physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract. Additional information: 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.
Options: The Council's property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice.
Renewal: Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period.
Housing Property (Domestic) - CCTV, Access Controls and Intruder AlarmsThe following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes the following: (i) maintenance services, covering three work packages, comprising CCTV, Intruder Alarm and Access Controls including software and hardware maintenance as well as physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract. Additional information: 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.
Options: The Council's property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice.
Renewal: Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period.
Housing Solutions - CCTVThe following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract Lot will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract Lot includes the following: (i) maintenance services, covering one work package - CCTV and includes software and hardware maintenance as well as physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract. Additional information: 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.
Options: The Council's property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice.
Renewal: Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b951
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/030555-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
32 - Radio, television, communication, telecommunication and related equipment
35 - Security, fire-fighting, police and defence equipment
42 - Industrial machinery
45 - Construction work
50 - Repair and maintenance services
64 - Postal and telecommunications services
92 - Recreational, cultural and sporting services
-
- CPV Codes
31211110 - Control panels
31625300 - Burglar-alarm systems
31712114 - Integrated electronic circuits
32231000 - Closed-circuit television apparatus
32234000 - Closed-circuit television cameras
32235000 - Closed-circuit surveillance system
32573000 - Communications control system
35121700 - Alarm systems
42961100 - Access control system
45312200 - Burglar-alarm system installation work
50333000 - Maintenance services of radio-communications equipment
64227000 - Integrated telecommunications services
92222000 - Closed circuit television services
Notice Value(s)
- Tender Value
- £5,800,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £5,800,000 £1M-£10M
Notice Dates
- Publication Date
- 8 Dec 20214 years ago
- Submission Deadline
- 9 Jul 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 8 Dec 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- stewartpa@northlan.gov.uk
- Contact Phone
- +44 1698403876
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 1AB
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02b951-2021-12-08T15:34:02Z",
"date": "2021-12-08T15:34:02Z",
"ocid": "ocds-h6vhtk-02b951",
"description": "(SC Ref:676461)",
"initiationType": "tender",
"tender": {
"id": "NLC-CPT-20-003",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Closed Circuit Television (CCTV) and Related Services 2022 - 2024",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "92222000",
"description": "Closed circuit television services"
},
"mainProcurementCategory": "services",
"description": "The establishment of a contract for the future provision of Closed Circuit Television (CCTV) and Related Services 2022 - 2024. North Lanarkshire Council (the \"Council\") has a requirement to maintain a range of security systems across the Councils public space CCTV network currently operating within its boundaries consisting of circa 800 networked cameras managed from a central facility at Coatbridge. The Council also has a requirement to service and maintain similar CCTV and related services to 44 high rise towers, 33 sheltered complexes, 8 supported accommodation units, 158 schools, 46 operational buildings and other specific commercial and residential properties. In addition the Council has a number of sites previously owned by Council related ALEO's including Culture and Leisure North Lanarkshire (CLNL) and NL Properties (NLP) which will be covered by this Contract. The requirements are: - maintenance services, covering CCTV, access control and intruder alarm, including software and hardware maintenance and physical works maintenance; - capital upgrades and new installations of those systems; - development of all systems based on open-protocol principles to allow unification over the period of the contract; - development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security; and - a simplified but more cohesive approach to Contract and Supplier Management.",
"value": {
"amount": 5800000,
"currency": "GBP"
},
"lots": [
{
"id": "3",
"title": "Housing Property & Projects (Non-Domestic) - CCTV, Access Controls and Intruder Alarms",
"description": "The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes the following: (i) maintenance services, covering three work packages, comprising CCTV, Intruder Alarm and Access Controls including software and hardware maintenance as well as physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract. Additional information: 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "The SPD forms part of a Candidate's Request to Participate (RTP). The SPD selection process will be carried out in two stages; Stage One: \"Exclusion Grounds\" (Mandatory and Discretionary) Part III of the SPD. During this first stage of the selection, the Council will determine on a pass/fail basis whether: a) the Candidate has submitted a complete and compliant SPD response; and b) whether any of the Lead Candidates, Consortium Members and/or Reliance Entities (if any) fall within any of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of Council, in accordance with Part III of the SPD and regulation 58 of the Public Contracts (Scotland) Regulations 2015. Stage Two: \"Selection Criteria - Minimum Requirements\", the Council will determine a ranking (through the scoring of SPD Responses) but only for those bids who successfully pass Stage One \"Exclusion Grounds\" referred to above. During this second stage of the selection, the Council will determine on a pass/fail basis whether: Part A - the Candidate has achieved a pass for the following questions within Part IV, Selection Criteria of the SPD: 4B.4, 4B.4.1, 4B.5.1, 4B.5.2, 4B.5.3, 4C.6, 4D.1 and 4D.2. If a Candidate's response is successful at Part A, then the Candidate's response will be assessed at Part B below. Part B - Where the Candidate has achieved the minimum score(s) for 4C.1.2 within Part IV, Selection Criteria of the SPD then the sum of the weighted scores achieved by Candidates for 4C.1.2 will be used to rank Candidates in order from highest to lowest score to reduce the number of otherwise qualified Candidates based on that ranking. Based on the final score ranking, the Council intends to limit the number of otherwise qualified Candidates to be selected to receive an ITT to the top five (5) ranked Candidates, insofar as there are a sufficient number of acceptable and compliant RTPs submitted. In the event of a tie for fifth place, all Candidates in fifth place will be selected to receive an ITT. For the avoidance of doubt, a tie for fifth place will be deemed to have occurred where two or more Candidates have identical scores taken to two decimal points."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Council's property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice."
},
"status": "cancelled"
},
{
"id": "2",
"title": "Housing Property (Domestic) - CCTV, Access Controls and Intruder Alarms",
"description": "The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes the following: (i) maintenance services, covering three work packages, comprising CCTV, Intruder Alarm and Access Controls including software and hardware maintenance as well as physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract. Additional information: 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "The SPD forms part of a Candidate's Request to Participate (RTP). The SPD selection process will be carried out in two stages; Stage One: \"Exclusion Grounds\" (Mandatory and Discretionary) Part III of the SPD. During this first stage of the selection, the Council will determine on a pass/fail basis whether: a) the Candidate has submitted a complete and compliant SPD response; and b) whether any of the Lead Candidates, Consortium Members and/or Reliance Entities (if any) fall within any of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of Council, in accordance with Part III of the SPD and regulation 58 of the Public Contracts (Scotland) Regulations 2015. Stage Two: \"Selection Criteria - Minimum Requirements\", the Council will determine a ranking (through the scoring of SPD Responses) but only for those bids who successfully pass Stage One \"Exclusion Grounds\" referred to above. During this second stage of the selection, the Council will determine on a pass/fail basis whether: Part A - the Candidate has achieved a pass for the following questions within Part IV, Selection Criteria of the SPD: 4B.4, 4B.4.1, 4B.5.1, 4B.5.2, 4B.5.3, 4C.6, 4D.1 and 4D.2. If a Candidate's response is successful at Part A, then the Candidate's response will be assessed at Part B below. Part B - Where the Candidate has achieved the minimum score(s) for 4C.1.2 within Part IV, Selection Criteria of the SPD then the sum of the weighted scores achieved by Candidates for 4C.1.2 will be used to rank Candidates in order from highest to lowest score to reduce the number of otherwise qualified Candidates based on that ranking. Based on the final score ranking, the Council intends to limit the number of otherwise qualified Candidates to be selected to receive an ITT to the top five (5) ranked Candidates, insofar as there are a sufficient number of acceptable and compliant RTPs submitted. In the event of a tie for fifth place, all Candidates in fifth place will be selected to receive an ITT. For the avoidance of doubt, a tie for fifth place will be deemed to have occurred where two or more Candidates have identical scores taken to two decimal points."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Council's property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice."
},
"status": "cancelled"
},
{
"id": "1",
"title": "Housing Solutions - CCTV",
"description": "The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract Lot will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract Lot includes the following: (i) maintenance services, covering one work package - CCTV and includes software and hardware maintenance as well as physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract. Additional information: 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period."
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "The SPD forms part of a Candidate's Request to Participate (RTP). The SPD selection process will be carried out in two stages; Stage One: \"Exclusion Grounds\" (Mandatory and Discretionary) Part III of the SPD. During this first stage of the selection, the Council will determine on a pass/fail basis whether: a) the Candidate has submitted a complete and compliant SPD response; and b) whether any of the Lead Candidates, Consortium Members and/or Reliance Entities (if any) fall within any of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of Council, in accordance with Part III of the SPD and regulation 58 of the Public Contracts (Scotland) Regulations 2015. Stage Two: \"Selection Criteria - Minimum Requirements\", the Council will determine a ranking (through the scoring of SPD Responses) but only for those bids who successfully pass Stage One \"Exclusion Grounds\" referred to above. During this second stage of the selection, the Council will determine on a pass/fail basis whether: Part A - the Candidate has achieved a pass for the following questions within Part IV, Selection Criteria of the SPD: 4B.4, 4B.4.1, 4B.5.1, 4B.5.2, 4B.5.3, 4C.6, 4D.1 and 4D.2. If a Candidate's response is successful at Part A, then the Candidate's response will be assessed at Part B below. Part B - Where the Candidate has achieved the minimum score(s) for 4C.1.2 within Part IV, Selection Criteria of the SPD then the sum of the weighted scores achieved by Candidates for 4C.1.2 will be used to rank Candidates in order from highest to lowest score to reduce the number of otherwise qualified Candidates based on that ranking. Based on the final score ranking, the Council intends to limit the number of otherwise qualified Candidates to be selected to receive an ITT to the top five (5) ranked Candidates, insofar as there are a sufficient number of acceptable and compliant RTPs submitted. In the event of a tie for fifth place, all Candidates in fifth place will be selected to receive an ITT. For the avoidance of doubt, a tie for fifth place will be deemed to have occurred where two or more Candidates have identical scores taken to two decimal points."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The Council's property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice."
},
"status": "cancelled"
}
],
"items": [
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "92222000",
"description": "Closed circuit television services"
},
{
"scheme": "CPV",
"id": "32235000",
"description": "Closed-circuit surveillance system"
},
{
"scheme": "CPV",
"id": "32234000",
"description": "Closed-circuit television cameras"
},
{
"scheme": "CPV",
"id": "32231000",
"description": "Closed-circuit television apparatus"
},
{
"scheme": "CPV",
"id": "31625300",
"description": "Burglar-alarm systems"
},
{
"scheme": "CPV",
"id": "35121700",
"description": "Alarm systems"
},
{
"scheme": "CPV",
"id": "45312200",
"description": "Burglar-alarm system installation work"
},
{
"scheme": "CPV",
"id": "42961100",
"description": "Access control system"
},
{
"scheme": "CPV",
"id": "31211110",
"description": "Control panels"
},
{
"scheme": "CPV",
"id": "32573000",
"description": "Communications control system"
},
{
"scheme": "CPV",
"id": "50333000",
"description": "Maintenance services of radio-communications equipment"
},
{
"scheme": "CPV",
"id": "31712114",
"description": "Integrated electronic circuits"
},
{
"scheme": "CPV",
"id": "64227000",
"description": "Integrated telecommunications services"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "3"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "92222000",
"description": "Closed circuit television services"
},
{
"scheme": "CPV",
"id": "32235000",
"description": "Closed-circuit surveillance system"
},
{
"scheme": "CPV",
"id": "32234000",
"description": "Closed-circuit television cameras"
},
{
"scheme": "CPV",
"id": "32231000",
"description": "Closed-circuit television apparatus"
},
{
"scheme": "CPV",
"id": "31625300",
"description": "Burglar-alarm systems"
},
{
"scheme": "CPV",
"id": "35121700",
"description": "Alarm systems"
},
{
"scheme": "CPV",
"id": "45312200",
"description": "Burglar-alarm system installation work"
},
{
"scheme": "CPV",
"id": "42961100",
"description": "Access control system"
},
{
"scheme": "CPV",
"id": "31211110",
"description": "Control panels"
},
{
"scheme": "CPV",
"id": "32573000",
"description": "Communications control system"
},
{
"scheme": "CPV",
"id": "50333000",
"description": "Maintenance services of radio-communications equipment"
},
{
"scheme": "CPV",
"id": "31712114",
"description": "Integrated electronic circuits"
},
{
"scheme": "CPV",
"id": "64227000",
"description": "Integrated telecommunications services"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "2"
},
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "92222000",
"description": "Closed circuit television services"
},
{
"scheme": "CPV",
"id": "32235000",
"description": "Closed-circuit surveillance system"
},
{
"scheme": "CPV",
"id": "32234000",
"description": "Closed-circuit television cameras"
},
{
"scheme": "CPV",
"id": "32231000",
"description": "Closed-circuit television apparatus"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPD Selection Criteria Section, question Section A, Part IV, Suitability, the following questions: 4A.1 and 4A.1.1. Minimum level(s) of standards required: 4A.1 - Candidates must be enrolled in the relevant professional or trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015. Candidates should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. 4A.1.1 - If the relevant documentation is available electronically, please indicate. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "SPD Selection Criteria Section, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B.4, 4B.4.1, 4B.5.1, 4B.5.2 and 4B.5.3.",
"minimum": "4B.4 - Candidates will be required to state the value for the following financial ratios: 1) Acid Test Ratio; and 2) Operating Profit Ratio. Acid Test Ratio minimum value required: a value of greater than or equal to 1.00 in the last financial year to 2 decimal places. The Acid Test Ratio will be calculated as follows: (Current Assets minus Inventory) divided by Current Liabilities; and Operating Profit Ratio minimum value required: a value of greater than or equal to 5% in the last financial year to 2 decimal places. The Operating Profit Ratio will be calculated as follows: Operating Profit divided by Turnover. 4B.4.1 - If the relevant documentation is available electronically, please indicate. 4B.5.1 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim and in the annual aggregate. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 10,000,000 GBP each and every claim and in the annual aggregate; 2) Product Liability Insurance: 10,000,000 GBP on an annual aggregate basis; and 3) Professional Indemnity Insurance: 10,000,000 GBP on an annual aggregate basis. 4B.5.3 - If the relevant documentation is available electronically, please indicate. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.4, 4B.4.1, 4B.5.1, 4B.5.2 and 4B.5.3 in Section B, Part IV, Economic and Financial Standing of the ESPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP: 1) an SPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension period.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPD Selection Criteria Section, question Section C, Part IV, Technical and Professional Ability: 4C.1.2, 4C.6 and 4C.10.",
"minimum": "4C.1.2 - Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Question 4C.1.2 carries an overall weighting of 100%. This question is divided into four (4) separate sections listed below. Candidates are required to provide a response to each of these sections. Each section carries its own sub-weighting, Candidates must achieve an overall combined minimum score requirement of 50% across all four (4) sections (i.e. not 50% for each of the separate sections). Candidates unable to meet the minimum requirements for 4C.1.2 will be assessed as a FAIL and will be excluded from the competition: (i) CCTV (Sub-weighting = 30%); (ii) Access Control (Sub-weighting = 30%); (iii) Intruder Alarm (Sub-weighting = 30%); and (iv) Experience of managing all work packages (Sub-weighting = 10%); The scoring rationale of the evaluation panel for question 4C.1.2 is detailed in the document \"Part 4C Scoring Matrix\". 4C.6 - Candidates will be required to confirm that they and/or the service provider have all of the following relevant educational and professional qualifications: (i) National Security Inspectorate (NSI) Gold Certification or Security Systems and Alarms Inspection Board Certification (SSAIB) or equivalent; and (ii) Membership of the National Inspection Council Electrical Installation Contracting (NICEIC) or Electrical Contractors' Association of Scotland (SELECT) or equivalent. Candidates and/or service providers who do not have all of the above educational and professional qualifications will be assessed as a FAIL and will be excluded from the competition. 4C.10 - Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the proposed Contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "The Invitation to Tender (ITT) will contain the relevant Contract Performance requirements.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2021-07-09T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2021-08-09T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"hasRecurrence": false,
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session."
},
"parties": [
{
"id": "GB-FTS-689",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1698403876",
"email": "stewartpa@northlan.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.northlanarkshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-4311",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 4 Beckford Street",
"locality": "Hamilton",
"postalCode": "ML3 0BT",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1698282957",
"email": "hamilton@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-37185",
"name": "SPIE Scotshield Limited",
"identifier": {
"legalName": "SPIE Scotshield Limited"
},
"address": {
"streetAddress": "1 Rutherglen Links, Rutherglen Links Business Park",
"locality": "Glasgow",
"region": "UKM95",
"postalCode": "G73 1DF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-26938",
"name": "Scottish Courts",
"identifier": {
"legalName": "Scottish Courts"
},
"address": {
"locality": "Edinburgh",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-689",
"name": "North Lanarkshire Council"
},
"language": "en",
"awards": [
{
"id": "030555-2021-1",
"relatedLots": [
"1"
],
"title": "Housing Solutions - CCTV",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-37185",
"name": "SPIE Scotshield Limited"
}
]
},
{
"id": "030555-2021-2",
"relatedLots": [
"2"
],
"title": "Housing Property (Domestic) - CCTV, Access Controls and Intruder Alarms",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-37185",
"name": "SPIE Scotshield Limited"
}
]
},
{
"id": "030555-2021-3",
"relatedLots": [
"3"
],
"title": "Housing Property & Projects (Non-Domestic) - CCTV, Access Controls and Intruder Alarms",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-37185",
"name": "SPIE Scotshield Limited"
}
]
}
],
"contracts": [
{
"id": "030555-2021-1",
"awardID": "030555-2021-1",
"title": "Housing Solutions - CCTV",
"status": "active",
"value": {
"amount": 3450000,
"currency": "GBP"
},
"dateSigned": "2021-12-08T00:00:00Z"
},
{
"id": "030555-2021-2",
"awardID": "030555-2021-2",
"title": "Housing Property (Domestic) - CCTV, Access Controls and Intruder Alarms",
"status": "active",
"value": {
"amount": 750000,
"currency": "GBP"
},
"dateSigned": "2021-12-08T00:00:00Z"
},
{
"id": "030555-2021-3",
"awardID": "030555-2021-3",
"title": "Housing Property & Projects (Non-Domestic) - CCTV, Access Controls and Intruder Alarms",
"status": "active",
"value": {
"amount": 1600000,
"currency": "GBP"
},
"dateSigned": "2021-12-08T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 3
},
{
"id": "11",
"measure": "bids",
"relatedLot": "3",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 1
},
{
"id": "12",
"measure": "smeBids",
"relatedLot": "3",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "13",
"measure": "foreignBidsFromEU",
"relatedLot": "3",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "14",
"measure": "foreignBidsFromNonEU",
"relatedLot": "3",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 3
},
{
"id": "15",
"measure": "electronicBids",
"relatedLot": "3",
"value": 3
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000655894"
}
]
}