Tender

Security CCTV & Fire Alarm Systems TMC

WEST LOTHIAN COUNCIL

This public procurement record has 1 release in its history.

Tender

07 Apr 2025 at 16:06

Summary of the contracting process

West Lothian Council is inviting tenders for the maintenance, installation, monitoring, and repair of security CCTV and fire alarm systems. This tender is part of the services category, specifically under "Other community, social and personal services" (CPV code: 98000000). The procurement process is in the tender stage, and interested parties have until 7 May 2025 to submit their bids electronically. The contract will cover council buildings in the UK and has an estimated value of £2,500,000, with a duration of 1080 days (approximately 3 years). The procurement method is an open procedure, and community benefits are included as part of the award criteria.

This tender offers significant business opportunities for firms specialising in security and surveillance systems. Companies with expertise in CCTV, intruder alarms, and fire alarm systems will find this contract well-suited to their capabilities. The focus on community benefits and the requirement for ISO 45001 compliance highlights the importance of responsible business practices. Additionally, businesses that demonstrate prompt payment to subcontractors and have robust supply chain management systems will have a competitive edge. The substantial value and long duration of the contract provide stable long-term work, making it an appealing prospect for growth-oriented companies.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Security CCTV & Fire Alarm Systems TMC

Notice Description

Security CCTV & Fire Alarm Systems: maintenance, installation, monitoring and repair of these systems

Lot Information

Lot 1

There is a requirement for council buildings to be protected by CCTV, intruder and fire alarm systems. The current contract is due to expire at the end of Q1 2025. Therefore, a new contract needs to be put in place to cover the maintenance, installation, monitoring and repair of these systems to ensure this protection system is fully operational and effective. Additional information: N/A

Renewal: 3+1+1

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04fe5f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013497-2025
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment

98 - Other community, social and personal services


CPV Codes

35120000 - Surveillance and security systems and devices

98000000 - Other community, social and personal services

Notice Value(s)

Tender Value
£2,500,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Apr 202510 months ago
Submission Deadline
7 May 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
WEST LOTHIAN COUNCIL
Contact Name
Gordon Ferguson
Contact Email
gordon.ferguson@westlothian.gov.uk
Contact Phone
+44 1506281814

Buyer Location

Locality
LIVINGSTON
Postcode
EH54 6FF
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM14 West Lothian
Delivery Location
Not specified

Local Authority
West Lothian
Electoral Ward
Livingston South
Westminster Constituency
Livingston

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-04fe5f-2025-04-07T17:06:07+01:00",
    "date": "2025-04-07T17:06:07+01:00",
    "ocid": "ocds-h6vhtk-04fe5f",
    "description": "Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK. If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should confirm 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 the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the Authority will similarly be treated in confidence except: (i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities' information. The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor. (ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers; (iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts. A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28898. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Please note: Community Benefits proposals will form part of the award criteria and will be evaluated and will be contractual obligations. For further procurement information visit the link below. West Lothian Council - Community Benefits in Procurement (SC Ref:759278) (SC Ref:794405)",
    "initiationType": "tender",
    "tender": {
        "id": "CC13986",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Security CCTV & Fire Alarm Systems TMC",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "98000000",
            "description": "Other community, social and personal services"
        },
        "mainProcurementCategory": "services",
        "description": "Security CCTV & Fire Alarm Systems: maintenance, installation, monitoring and repair of these systems",
        "value": {
            "amount": 2500000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "There is a requirement for council buildings to be protected by CCTV, intruder and fire alarm systems. The current contract is due to expire at the end of Q1 2025. Therefore, a new contract needs to be put in place to cover the maintenance, installation, monitoring and repair of these systems to ensure this protection system is fully operational and effective. Additional information: N/A",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Resourcing",
                            "type": "quality",
                            "description": "7"
                        },
                        {
                            "name": "Contract Management",
                            "type": "quality",
                            "description": "6"
                        },
                        {
                            "name": "Alarm Receiving Centre",
                            "type": "quality",
                            "description": "7"
                        },
                        {
                            "name": "Reduction in Unwanted Alarms",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Additional Services",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Response Timescales",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Community Benefits",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3+1+1"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35120000",
                        "description": "Surveillance and security systems and devices"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Re SPD question 4B.6 West Lothian Council will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts. In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3-year period. It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 50) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer's financial status. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee. Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.",
                    "minimum": "Minimum level(s) of standards required: Employers (compulsory) Liability = 10m GBP Public Liability = 10m GBP Product Liability = 5m GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "List and brief description of selection criteria: ISO 45001 or equivalent",
                    "minimum": "List and brief description of selection criteria: ISO 45001 or equivalent",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasElectronicAuction": true,
            "electronicAuction": {
                "description": "PCS-T"
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-05-07T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 1080
            }
        },
        "awardPeriod": {
            "startDate": "2025-05-07T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-05-07T12:00:00+01:00",
            "address": {
                "streetAddress": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1335",
            "name": "West Lothian Council",
            "identifier": {
                "legalName": "West Lothian Council"
            },
            "address": {
                "streetAddress": "West Lothian Civic Centre, Howden South Road",
                "locality": "Livingston",
                "region": "UKM78",
                "postalCode": "EH54 6FF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Gordon Ferguson",
                "telephone": "+44 1506281814",
                "email": "gordon.ferguson@westlothian.gov.uk",
                "faxNumber": "+44 1506281325",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.westlothian.gov.uk/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-143190",
            "name": "Livingston Sheriff Courts",
            "identifier": {
                "legalName": "Livingston Sheriff Courts"
            },
            "address": {
                "streetAddress": "West Lothian Civic Centre, Howden South Road",
                "locality": "Livingston",
                "postalCode": "EH54 6FF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1335",
        "name": "West Lothian Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000794405"
        }
    ],
    "language": "en"
}