Notice Information
Notice Title
CCTV Maintenance Services
Notice Description
The Supplier shall provide CCTV Maintenance Services to the University to provide: * CCTV equipment Maintenance Services on all campuses. * Planned Preventative Maintenance (PPM) and Comprehensive maintenance for normal tear and tear; and damage caused by the Supplier. * Non-Comprehensive maintenance including equipment. * Non-scheduled call outs for repairs and equipment replacement for non-normal wear and tear which are not the fault of the Supplier including vandalism, accidental damage and misuse. * Updating of software and licences. * Readjustment and relocation of cameras field of vision. * Replacement of existing cameras and associated equipment including monitors, recording equipment, batteries; including installation and commissioning of replacement equipment. * Training University staff and Associate staff on correct usage of CCTV systems
Lot Information
Lot 1
Options: The option to procure additional CCTV Maintenance Services where extra CCTV systems are added over the life of the contract at any University campus. ADDITIONAL INFORMATION In the event that the Contract is terminated prior to expiry of the proposed initial four (4) year contract period, the University reserves the right (but shall not be obliged) in that instance to offer the second ranked most advantageous Supplier from this Competition (second ranked Supplier), the opportunity to enter into a replacement contract with the University on the basis of the same contract terms, rather than undertaking a re-procurement exercise at that point. Any replacement contract entered into will be for the remaining unexpired initial contract period, with the same ability for the University to extend by a further period or periods of up to 48 months. Entry into any replacement contract with the second ranked Supplier shall be subject to that second ranked Supplier's offer (including its tender pricing) remaining unchanged from that originally proposed at the tender return deadline. In the event that either: (a) the second ranked Supplier is unable or unwilling to stand over its original tender offer to the University; or (b) the second ranked Supplier is unable or unwilling to enter into a replacement contract with the University on the basis of the same contract terms; or (c) the second ranked Supplier declines the opportunity to enter into a replacement contract with the University for any reason, then the University reserves the right to approach the next highest ranking most advantageous Supplier from this Competition in turn on the same basis. This process may, at the University's discretion, continue until all ranked Suppliers have been exhausted or the University decides, at its sole discretion, to undertake a re-procurement exercise.
Renewal: Initial term of 4 years with provision to extend for any periods up to and including 48 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-067615
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028337-2026
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
92 - Recreational, cultural and sporting services
-
- CPV Codes
50610000 - Repair and maintenance services of security equipment
92222000 - Closed circuit television services
Notice Value(s)
- Tender Value
- £247,000 £100K-£500K
- Lots Value
- £247,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 27 Mar 20261 weeks ago
- Submission Deadline
- 8 May 20262 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 31 Jul 2026 - 31 Jul 2030 4-5 years
- Recurrence
- 2030-02-04
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ULSTER UNIVERSITY
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- COLERAINE
- Postcode
- BT52 1SA
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN0C Causeway Coast and Glens
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Causeway Coast and Glens
- Electoral Ward
- University
- Westminster Constituency
- East Londonderry
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/028337-2026
27th March 2026 - Tender 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-067615-2026-03-27T10:13:26Z",
"date": "2026-03-27T10:13:26Z",
"ocid": "ocds-h6vhtk-067615",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-RC000726",
"name": "Ulster University",
"identifier": {
"scheme": "GB-COH",
"id": "RC000726"
},
"address": {
"streetAddress": "Finance Office, Cromore Road",
"locality": "Coleraine",
"postalCode": "BT52 1SA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN0C"
},
"contactPoint": {
"email": "procurement_enquiries@ulster.ac.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
]
}
}
],
"buyer": {
"id": "GB-COH-RC000726",
"name": "Ulster University"
},
"tender": {
"id": "CfT_6336216",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "CCTV Maintenance Services",
"description": "The Supplier shall provide CCTV Maintenance Services to the University to provide: * CCTV equipment Maintenance Services on all campuses. * Planned Preventative Maintenance (PPM) and Comprehensive maintenance for normal tear and tear; and damage caused by the Supplier. * Non-Comprehensive maintenance including equipment. * Non-scheduled call outs for repairs and equipment replacement for non-normal wear and tear which are not the fault of the Supplier including vandalism, accidental damage and misuse. * Updating of software and licences. * Readjustment and relocation of cameras field of vision. * Replacement of existing cameras and associated equipment including monitors, recording equipment, batteries; including installation and commissioning of replacement equipment. * Training University staff and Associate staff on correct usage of CCTV systems",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50610000",
"description": "Repair and maintenance services of security equipment"
},
{
"scheme": "CPV",
"id": "92222000",
"description": "Closed circuit television services"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 296400,
"amount": 247000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://etendersni.gov.uk",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-05-08T15:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2026-04-27T15:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-06-10T23:59:59+01:00"
},
"lots": [
{
"id": "1",
"status": "active",
"value": {
"amountGross": 296400,
"amount": 247000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Commercial Submission",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Quality Submission",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As stated in the tender documentation."
},
{
"type": "technical",
"description": "As stated in the tender documentation."
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-08-01T00:00:00+01:00",
"endDate": "2030-07-31T23:59:59+01:00",
"maxExtentDate": "2034-07-31T23:59:59+01:00"
},
"hasRenewal": true,
"renewal": {
"description": "Initial term of 4 years with provision to extend for any periods up to and including 48 months."
},
"hasOptions": true,
"options": {
"description": "The option to procure additional CCTV Maintenance Services where extra CCTV systems are added over the life of the contract at any University campus. ADDITIONAL INFORMATION In the event that the Contract is terminated prior to expiry of the proposed initial four (4) year contract period, the University reserves the right (but shall not be obliged) in that instance to offer the second ranked most advantageous Supplier from this Competition (second ranked Supplier), the opportunity to enter into a replacement contract with the University on the basis of the same contract terms, rather than undertaking a re-procurement exercise at that point. Any replacement contract entered into will be for the remaining unexpired initial contract period, with the same ability for the University to extend by a further period or periods of up to 48 months. Entry into any replacement contract with the second ranked Supplier shall be subject to that second ranked Supplier's offer (including its tender pricing) remaining unchanged from that originally proposed at the tender return deadline. In the event that either: (a) the second ranked Supplier is unable or unwilling to stand over its original tender offer to the University; or (b) the second ranked Supplier is unable or unwilling to enter into a replacement contract with the University on the basis of the same contract terms; or (c) the second ranked Supplier declines the opportunity to enter into a replacement contract with the University for any reason, then the University reserves the right to approach the next highest ranking most advantageous Supplier from this Competition in turn on the same basis. This process may, at the University's discretion, continue until all ranked Suppliers have been exhausted or the University decides, at its sole discretion, to undertake a re-procurement exercise."
}
}
],
"lotDetails": {
"noLotsDivisionRationale": "The reason for not dividing into lots is uniformity to ensure one service provider is contracted for the provision of services at all campus locations. Awarding one contract should maximise potential economies of scale for the service provider and reduce contract management with multiple contractors."
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "028337-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/028337-2026",
"datePublished": "2026-03-27T10:13:26Z",
"format": "text/html"
}
],
"hasRecurrence": true,
"recurrence": {
"dates": [
{
"startDate": "2030-02-04T23:59:59+00:00"
}
]
}
},
"language": "en"
}