Notice Information
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.
Notice Details
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
Buyer & Supplier
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
-
https://www.find-tender.service.gov.uk/Notice/041176-2025
18th July 2025 - Preliminary market engagement notice on Find a Tender
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-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"
}