Notice Information
Notice Title
NAC/5202 Public Space Surveillance
Notice Description
North Ayrshire Council (NAC) requires a replacement contract for the annual maintenance, servicing and repairs of public space surveillance camera system. This will include all recording equipment and cameras within Marress House, Friars Croft, Irvine, KA12 8LU. The requirement will also include attendance at emergency call outs as and when required. All of which will be contained within one lot. There is a requirement for an additional lot for technical surveys on NAC's held asset list. The tender will contain the following Lots: Lot 1 - Public Space Surveillance Lot 2 - Corporate Camera Survey The resultant contract for Lot 1 will be for an initial period of 2 year commencing 7 July 2025 until 6 July 2027 with the option to extend by up to 24 months until 6 July 2029. Extensions will be at the sole discretion of NAC and subject to satisfactory performance and funding. As Lot 2 is a one-off requirement this will be in place for a six-month period from 7 July 2025 to 7 December 2025.
Lot Information
Public Space Surveillance
The contractor will provide servicing, maintenance and repair of North Ayrshire Council's public space surveillance camera system including all control, recording and monitoring equipment, cameras, etc, including the equipment within Marress House, Friars Croft, Irvine, KA12 8LU. It shall be administered by North Ayrshire Council. All cameras shall be monitored from the Marress House, Friars Croft, Irvine, KA12 8LU. In addition to this, the Contract involves response repairs to all surveillance camera equipment and cameras on a 24 hour, 7 days a week, 365 days of the year basis. All CCTV equipment and cameras shall be inspected and tested twice per annum together with attendance to all reported faults.
Renewal: option to extend by up to 24 months
Corporate Camera SurveyThe contractor will provide technical surveys of the surveillance camera systems within North Ayrshire Council in Scotland. The survey will assess the existing infrastructure, compliance with relevant regulations, and provide recommendations for improvement, upgrade, or replacement where necessary. Evaluate the current surveillance system's functionality, coverage, and security. Identify technical faults, blind spots, and potential risks. Provide recommendations for system enhancement, including estimated costs.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0509bc
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/064139-2025
- Current Stage
- Award
- All Stages
- Tender, Award
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
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
50610000 - Repair and maintenance services of security equipment
79311000 - Survey services
Notice Value(s)
- Tender Value
- £930,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £342,437 £100K-£500K
Notice Dates
- Publication Date
- 10 Oct 20254 months ago
- Submission Deadline
- 30 May 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 31 Aug 20255 months 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 AYRSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- laurakeane@north-ayrshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- IRVINE
- Postcode
- KA12 8EE
- Post Town
- Kilmarnock
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM93 North Ayrshire and East Ayrshire
- Delivery Location
- TLM93 North Ayrshire and East Ayrshire
-
- Local Authority
- North Ayrshire
- Electoral Ward
- Irvine South
- Westminster Constituency
- Central Ayrshire
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-0509bc-2025-10-10T12:14:22+01:00",
"date": "2025-10-10T12:14:22+01:00",
"ocid": "ocds-h6vhtk-0509bc",
"description": "Please note for Lot 2 - Corporate Camera Survey - Awarded to ADT Fire and Security Please note this contract shall commence on 15 September 2025 for a period of 6 months with an end date of 15 March 2026. The contract will terminate on this date unless otherwise advised in advance. These charges/rates shall remain fixed until 15 March 2026 and shall be inclusive of all charges necessary to fulfil the requirements of the contract. (SC Ref:812777)",
"initiationType": "tender",
"tender": {
"id": "NAC/5202",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "NAC/5202 Public Space Surveillance",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50610000",
"description": "Repair and maintenance services of security equipment"
},
"mainProcurementCategory": "services",
"description": "North Ayrshire Council (NAC) requires a replacement contract for the annual maintenance, servicing and repairs of public space surveillance camera system. This will include all recording equipment and cameras within Marress House, Friars Croft, Irvine, KA12 8LU. The requirement will also include attendance at emergency call outs as and when required. All of which will be contained within one lot. There is a requirement for an additional lot for technical surveys on NAC's held asset list. The tender will contain the following Lots: Lot 1 - Public Space Surveillance Lot 2 - Corporate Camera Survey The resultant contract for Lot 1 will be for an initial period of 2 year commencing 7 July 2025 until 6 July 2027 with the option to extend by up to 24 months until 6 July 2029. Extensions will be at the sole discretion of NAC and subject to satisfactory performance and funding. As Lot 2 is a one-off requirement this will be in place for a six-month period from 7 July 2025 to 7 December 2025.",
"value": {
"amount": 930000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "Public Space Surveillance",
"description": "The contractor will provide servicing, maintenance and repair of North Ayrshire Council's public space surveillance camera system including all control, recording and monitoring equipment, cameras, etc, including the equipment within Marress House, Friars Croft, Irvine, KA12 8LU. It shall be administered by North Ayrshire Council. All cameras shall be monitored from the Marress House, Friars Croft, Irvine, KA12 8LU. In addition to this, the Contract involves response repairs to all surveillance camera equipment and cameras on a 24 hour, 7 days a week, 365 days of the year basis. All CCTV equipment and cameras shall be inspected and tested twice per annum together with attendance to all reported faults.",
"awardCriteria": {
"criteria": [
{
"name": "quality",
"type": "quality",
"description": "60"
},
{
"name": "price",
"type": "cost",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "option to extend by up to 24 months"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "Corporate Camera Survey",
"description": "The contractor will provide technical surveys of the surveillance camera systems within North Ayrshire Council in Scotland. The survey will assess the existing infrastructure, compliance with relevant regulations, and provide recommendations for improvement, upgrade, or replacement where necessary. Evaluate the current surveillance system's functionality, coverage, and security. Identify technical faults, blind spots, and potential risks. Provide recommendations for system enhancement, including estimated costs.",
"awardCriteria": {
"criteria": [
{
"name": "quality",
"type": "quality",
"description": "60"
},
{
"name": "price",
"type": "cost",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 180
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50610000",
"description": "Repair and maintenance services of security equipment"
}
],
"deliveryAddresses": [
{
"region": "UKM93"
},
{
"region": "UKM93"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "79311000",
"description": "Survey services"
}
],
"deliveryAddresses": [
{
"region": "UKM93"
},
{
"region": "UKM93"
}
],
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships Lots 1 & 2 - SSAIB",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Lot 1 - Bidders will be required to have a minimum yearly general turnover of 290000 GBP for the last 3 years in the business area covered by the contract. Lot 2 - Bidders will be required to have a minimum yearly general turnover of 350000 GBP for the last 3 years in the business area covered by the contract. Bidders who cannot meet the required level of turnover will be excluded from this tender. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: For lots 1 & 2 - Public liability insurance, to the value of at least ten million pounds sterling in respect of any one event and unlimited in the period; Employer's liability insurance, to the value of at least ten million pounds sterling in respect of any one event and unlimited in the period; Products liability insurance, to the value of at least ten million pounds sterling in the aggregate in the policy period;",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process. Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process. Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope. Lot 1 - specific wording: Please detail your specific experience in public space surveillance maintenance. The engineering team should be capable and demonstrate experience of installing, terminating and testing ethernet and fibre cables in external and internal environments, please include experience using examples including working with Milestone. Lot 2 - specific wording: Please detail your specific experience in surveying pre-installed surveillance systems. Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must 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. Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. Bidders are required to confirm the supplier's staff have the following relevant educational and professional qualifications: For Lot 1 Milestone Certified to Advanced status and have a minimal of 5 years' experience working with Milestone Milestone Certified Design Engineer (MCDE) x3 engineers Milestone Certified Integration Technician (MCIT) x3 engineers Milestone Certified Integration Engineer (MCIE) x 1 engineer Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond, including knowledge of their emissions sources and actions to address these. Accepted evidence includes but is not limited to: - a completed copy of the Bidder 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. Guidance on how Bidder Climate Change Plans are evaluated is available on the Sustainable Procurement Tools: Sustainable Procurement (sustainableprocurementtools.scot) Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2025-05-30T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2025-05-30T12:00:00+01:00"
},
"bidOpening": {
"date": "2025-05-30T12:00:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-1083",
"name": "North Ayrshire Council",
"identifier": {
"legalName": "North Ayrshire Council"
},
"address": {
"streetAddress": "Cunninghame House, Friars Croft",
"locality": "Irvine",
"region": "UKM93",
"postalCode": "KA12 8EE",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "laurakeane@north-ayrshire.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.north-ayrshire.gov.uk",
"buyerProfile": "http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-4006",
"name": "Kilmarnock Sheriff Court",
"identifier": {
"legalName": "Kilmarnock Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, St Marnock Street",
"locality": "Kilmarnock",
"postalCode": "KA1 1ED",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1563550024"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.scotcourts.gov.uk/"
}
},
{
"id": "GB-FTS-163558",
"name": "King Communications & Security Ltd",
"identifier": {
"legalName": "King Communications & Security Ltd"
},
"address": {
"streetAddress": "Arca Business Centre, 8 South Caldeen Road",
"locality": "Coatbridge",
"region": "UKM82",
"postalCode": "ML5 4EG",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-117186",
"name": "ADT Fire & Security",
"identifier": {
"legalName": "ADT Fire & Security"
},
"address": {
"streetAddress": "ADT House, Tannochside Business Park",
"locality": "Uddingston",
"region": "UKM82",
"postalCode": "G71 5PH",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-1083",
"name": "North Ayrshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000797070"
}
],
"language": "en",
"awards": [
{
"id": "064139-2025-1",
"relatedLots": [
"1"
],
"title": "Public Space Surveillance",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-163558",
"name": "King Communications & Security Ltd"
}
]
},
{
"id": "064139-2025-2",
"relatedLots": [
"2"
],
"title": "Corporate Camera Survey",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-117186",
"name": "ADT Fire & Security"
}
]
}
],
"contracts": [
{
"id": "064139-2025-1",
"awardID": "064139-2025-1",
"title": "Public Space Surveillance",
"status": "active",
"value": {
"amount": 327984.38,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
},
{
"id": "064139-2025-2",
"awardID": "064139-2025-2",
"title": "Corporate Camera Survey",
"status": "active",
"value": {
"amount": 14453.55,
"currency": "GBP"
},
"dateSigned": "2025-09-01T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 4
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 4
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 4
}
]
}
}