Planning

Supply and Delivery of Electronic Security Equipment

LEEDS CITY COUNCIL

This public procurement record has 1 release in its history.

Planning

18 Jul 2025 at 08:44

Summary of the contracting process

Leeds City Council is embarking on a procurement process for the "Supply and Delivery of Electronic Security Equipment," covering industry categories such as surveillance and security systems, CCTV, and intercom equipment. The procurement is currently in the planning stage, with a tender notice scheduled for 4th August 2025. Key dates include the submission deadline for tenders on 10th September 2025, and the contract is expected to start on 1st November 2025, running for three years with an optional extension of 12 months. The process will utilise an above-threshold open procedure with an estimated budget of up to £1 million annually. This initiative aims to secure a framework agreement comprising various lots for distinct products, including Bosch, Vanderbilt, and Honeywell, among others, to be installed in public spaces and various premises throughout Leeds.

This tender provides an excellent opportunity for businesses specialising in the supply of electronic security equipment to expand their market presence, particularly those experienced with the listed brands and products. With the requirements split into 8 lots, suppliers can bid for any or all categories, thereby offering flexibility and potential for multiple contract awards. Small and medium-sized enterprises (SMEs) stand to benefit, particularly those able to demonstrate robust financial capacity, technical expertise, and a track record of past project success as assessed by the Conditions of Participation. The opportunity to supply Leeds Building Services will enable successful bidders to secure a significant partnership with a major public authority, thus fuelling business growth and broader exposure within the sector.

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

Supply and Delivery of Electronic Security Equipment

Notice Description

Leeds City Council is undertaking a preliminary market engagement for an above-threshold Open Procedure for the supply and delivery of Electronic Security Equipment. The tender will be in 8 lots. Tenderers can bid for any or all of the lots. Please note that this is for supply only and does not include installation.

Planning Information

Leeds City Council (the Council) are proposing to undertake a competitive tender to procure a framework for the provision of Electronic Security Equipment including CCTV, intruder alarms and door access control hardware for Leeds Building Services (LBS). LBS will then install this equipment in public spaces and various premises throughout the city. The proposed closed framework will run for 3 years with the option to extend by one further period of 12 months. Please note that any extension to the contract will be at the discretion of the Council. The estimated budget for this contract is up to £1m per annum giving a total contract value of up to £4m including the extensions. It is the Council's intention to split these requirements into separate lots for different types of security equipment as follows: o Lot 1A - Bosch products o Lot 1B - Vanderbilt products o Lot 1C - HID products o Lot 1D - Honeywell products o Lot 1E - Quantec products o Lot 1F - Pyronix products o Lot 1G - Axis products o Lot 2 - CCTV external fully functional, external fixed, internal fully functional, internally fixed (digital) o Lot 3 - Digital Video Recorders, Networked Video Recorders and Video Management Systems o Lot 4 - Intruder alarm systems o Lot 5 - Door access control/intercom systems o Lot 6 - Cables, cabinets, Accessories o Lot 7 - Intercom Doors/Systems o Lot 8 - Computer components (for unit repairs and software updates) It is proposed that the tender will be an above threshold open procedure which will include a Conditions of Participation (COP). Bidders will have their COP submission assessed on Financial Capacity, Technical and Professional Ability, including 3 Project Specific questions which will require a minimum overall pass threshold of 50%. Please note that only those tenderers who meet the requirements of the COP, including the minimum pass threshold of 50% on the Project Specific questions will have their tenders assessed. Tenders will then be evaluated on a Quality / Price separated basis. This means that quality assessments will be carried out first, with those bidders meeting the minimum score threshold of 50% then having their pricing assessed. Each lot will be evaluated separately and the 3 highest scoring tenderers for each lot will be allocated a place on the relevant lot of the closed framework. Suppliers will have the option to tender for any or all of the 8 available lots. Supply allocation. For each new requirement, LBS will obtain quotations from the suppliers appointed to the specific lot that the product comes under and the lowest quotation submitted will receive the order. The total estimated values for each lot over the life of the contract (excluding the extension) are as follows: Lot 1 (Total) - £2,265,000 Lot 1A - £1,800,000 Lot 1B - £150,000 Lot 1C - £60,000 Lot 1D - £30,000 Lot 1E - £60,000 Lot 1F - £15,000 Lot 1G - £150,000 Lot 2 - £156,000 Lot 3 - £210,000 Lot 4 - £24,000 Lot 5 - £120,000 Lot 6 - £90,000 Lot 7 - £90,000 Lot 8 - £45,000 = £3,000,000 Please see timetable below of relevant dates: Task/Milestone Date UK2 - Preliminary Market Engagement 18th Jul 2025. UK4 - Tender Notice 4th Aug 2025 Last date for tenderers to submit tender clarification queries 3rd Sep 2025 Tender submission (including COP) 10th Sep 2025 Assessment and evaluation 11th to 26th Sep 2025 UK6 - Contract Award Notice 10th Oct 2025 Standstill (8 working days) 10th to 21st Oct 2025 UK7 - Contract Details Notice 21st Oct 2025 Contract start date 1st Nov 2025 Contract end date 31st Oct 2028 We would be most grateful if you could indicate your interest in this procurement.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0561da
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/041176-2025
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
UK2 - Preliminary Market Engagement Notice
Procurement Type
Framework
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
SME
Awardee Scale
Not specified

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

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)


CPV Codes

31625000 - Burglar and fire alarms

32231000 - Closed-circuit television apparatus

32234000 - Closed-circuit television cameras

32235000 - Closed-circuit surveillance system

32323500 - Video-surveillance system

32360000 - Intercom equipment

35120000 - Surveillance and security systems and devices

44212329 - Security screens

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Jul 20257 months ago
Submission Deadline
Not specified
Future Notice Date
1 Aug 2025Expired
Award Date
Not specified
Contract Period
1 Nov 2025 - 31 Oct 2028 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Planning
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
LEEDS CITY COUNCIL
Contact Name
Simon Thorpe
Contact Email
simon.thorpe@leeds.gov.uk
Contact Phone
+441133786001

Buyer Location

Locality
LEEDS
Postcode
LS1 1UR
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
Not specified

Local Authority
Leeds
Electoral Ward
Little London & Woodhouse
Westminster Constituency
Leeds Central and Headingley

Further Information

Notice Documents

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-0561da-2025-07-18T09:44:58+01:00",
    "date": "2025-07-18T09:44:58+01:00",
    "ocid": "ocds-h6vhtk-0561da",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PJYG-6658-PPMY",
            "name": "Leeds City Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PJYG-6658-PPMY"
            },
            "address": {
                "streetAddress": "Civic Hall, Calverley Street",
                "locality": "Leeds",
                "postalCode": "LS1 1UR",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE42"
            },
            "contactPoint": {
                "name": "Simon Thorpe",
                "email": "simon.thorpe@leeds.gov.uk",
                "telephone": "+441133786001"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PJYG-6658-PPMY",
        "name": "Leeds City Council"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Leeds City Council (the Council) are proposing to undertake a competitive tender to procure a framework for the provision of Electronic Security Equipment including CCTV, intruder alarms and door access control hardware for Leeds Building Services (LBS). LBS will then install this equipment in public spaces and various premises throughout the city. The proposed closed framework will run for 3 years with the option to extend by one further period of 12 months. Please note that any extension to the contract will be at the discretion of the Council. The estimated budget for this contract is up to PS1m per annum giving a total contract value of up to PS4m including the extensions. It is the Council's intention to split these requirements into separate lots for different types of security equipment as follows: o Lot 1A - Bosch products o Lot 1B - Vanderbilt products o Lot 1C - HID products o Lot 1D - Honeywell products o Lot 1E - Quantec products o Lot 1F - Pyronix products o Lot 1G - Axis products o Lot 2 - CCTV external fully functional, external fixed, internal fully functional, internally fixed (digital) o Lot 3 - Digital Video Recorders, Networked Video Recorders and Video Management Systems o Lot 4 - Intruder alarm systems o Lot 5 - Door access control/intercom systems o Lot 6 - Cables, cabinets, Accessories o Lot 7 - Intercom Doors/Systems o Lot 8 - Computer components (for unit repairs and software updates) It is proposed that the tender will be an above threshold open procedure which will include a Conditions of Participation (COP). Bidders will have their COP submission assessed on Financial Capacity, Technical and Professional Ability, including 3 Project Specific questions which will require a minimum overall pass threshold of 50%. Please note that only those tenderers who meet the requirements of the COP, including the minimum pass threshold of 50% on the Project Specific questions will have their tenders assessed. Tenders will then be evaluated on a Quality / Price separated basis. This means that quality assessments will be carried out first, with those bidders meeting the minimum score threshold of 50% then having their pricing assessed. Each lot will be evaluated separately and the 3 highest scoring tenderers for each lot will be allocated a place on the relevant lot of the closed framework. Suppliers will have the option to tender for any or all of the 8 available lots. Supply allocation. For each new requirement, LBS will obtain quotations from the suppliers appointed to the specific lot that the product comes under and the lowest quotation submitted will receive the order. The total estimated values for each lot over the life of the contract (excluding the extension) are as follows: Lot 1 (Total) - PS2,265,000 Lot 1A - PS1,800,000 Lot 1B - PS150,000 Lot 1C - PS60,000 Lot 1D - PS30,000 Lot 1E - PS60,000 Lot 1F - PS15,000 Lot 1G - PS150,000 Lot 2 - PS156,000 Lot 3 - PS210,000 Lot 4 - PS24,000 Lot 5 - PS120,000 Lot 6 - PS90,000 Lot 7 - PS90,000 Lot 8 - PS45,000 = PS3,000,000 Please see timetable below of relevant dates: Task/Milestone Date UK2 - Preliminary Market Engagement 18th Jul 2025. UK4 - Tender Notice 4th Aug 2025 Last date for tenderers to submit tender clarification queries 3rd Sep 2025 Tender submission (including COP) 10th Sep 2025 Assessment and evaluation 11th to 26th Sep 2025 UK6 - Contract Award Notice 10th Oct 2025 Standstill (8 working days) 10th to 21st Oct 2025 UK7 - Contract Details Notice 21st Oct 2025 Contract start date 1st Nov 2025 Contract end date 31st Oct 2028 We would be most grateful if you could indicate your interest in this procurement.",
                "dueDate": "2025-08-01T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "041176-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/041176-2025",
                "datePublished": "2025-07-18T09:44:58+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "100992",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Supply and Delivery of Electronic Security Equipment",
        "description": "Leeds City Council is undertaking a preliminary market engagement for an above-threshold Open Procedure for the supply and delivery of Electronic Security Equipment. The tender will be in 8 lots. Tenderers can bid for any or all of the lots. Please note that this is for supply only and does not include installation.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31625000",
                        "description": "Burglar and fire alarms"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32231000",
                        "description": "Closed-circuit television apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32234000",
                        "description": "Closed-circuit television cameras"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32235000",
                        "description": "Closed-circuit surveillance system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32323500",
                        "description": "Video-surveillance system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32360000",
                        "description": "Intercom equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "35120000",
                        "description": "Surveillance and security systems and devices"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44212329",
                        "description": "Security screens"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 3600000,
            "amount": 3000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "goods",
        "aboveThreshold": true,
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true
                },
                "contractPeriod": {
                    "startDate": "2025-11-01T00:00:00Z",
                    "endDate": "2028-10-31T23:59:59Z",
                    "maxExtentDate": "2029-10-31T23:59:59Z"
                },
                "hasRenewal": true,
                "status": "planning"
            }
        ],
        "status": "planning"
    },
    "language": "en"
}