Award

Closed Circuit Television (CCTV) and Related Services 2022 - 2024

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

08 Dec 2021 at 00:00

Tender

08 Jun 2021 at 00:00

Summary of the contracting process

North Lanarkshire Council is currently engaged in a procurement process for the establishment of a contract titled "Closed Circuit Television (CCTV) and Related Services 2022 – 2024." This tender falls under the services sector and is specifically seeking providers in the security and surveillance industry. The procurement is at the planning stage and has a deadline for submissions set for 9 July 2021. The Council's Civic Centre located in Motherwell, Scotland, serves as the address for the buying organisation, which has a significant requirement for the maintenance and development of security systems including around 800 networked cameras across its jurisdiction.

This tender presents opportunities for businesses, particularly those specialising in security systems, electronic surveillance, and related services. Companies that focus on CCTV installation, access control systems, and intruder alarms will find the requirements particularly relevant. The contract includes options for capital upgrades and new installations, making it ideal for both established firms and SMEs looking to expand their service offerings in public sector projects. Interested businesses are advised to prepare for a competitive submission process that places importance on quality and pricing in their proposals.

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

Closed Circuit Television (CCTV) and Related Services 2022 - 2024

Notice Description

The establishment of a contract for the future provision of Closed Circuit Television (CCTV) and Related Services 2022 - 2024. North Lanarkshire Council (the "Council") has a requirement to maintain a range of security systems across the Councils public space CCTV network currently operating within its boundaries consisting of circa 800 networked cameras managed from a central facility at Coatbridge. The Council also has a requirement to service and maintain similar CCTV and related services to 44 high rise towers, 33 sheltered complexes, 8 supported accommodation units, 158 schools, 46 operational buildings and other specific commercial and residential properties. In addition the Council has a number of sites previously owned by Council related ALEO's including Culture and Leisure North Lanarkshire (CLNL) and NL Properties (NLP) which will be covered by this Contract. The requirements are: - maintenance services, covering CCTV, access control and intruder alarm, including software and hardware maintenance and physical works maintenance; - capital upgrades and new installations of those systems; - development of all systems based on open-protocol principles to allow unification over the period of the contract; - development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security; and - a simplified but more cohesive approach to Contract and Supplier Management.

Lot Information

Housing Property & Projects (Non-Domestic) - CCTV, Access Controls and Intruder Alarms

The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes the following: (i) maintenance services, covering three work packages, comprising CCTV, Intruder Alarm and Access Controls including software and hardware maintenance as well as physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: The Council's property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice.

Renewal: Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period.

Housing Property (Domestic) - CCTV, Access Controls and Intruder Alarms

The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes the following: (i) maintenance services, covering three work packages, comprising CCTV, Intruder Alarm and Access Controls including software and hardware maintenance as well as physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: The Council's property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice.

Renewal: Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period.

Housing Solutions - CCTV

The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract Lot will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract Lot includes the following: (i) maintenance services, covering one work package - CCTV and includes software and hardware maintenance as well as physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Options: The Council's property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice.

Renewal: Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000655894
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC435190
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

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

42 - Industrial machinery

45 - Construction work

50 - Repair and maintenance services

64 - Postal and telecommunications services

92 - Recreational, cultural and sporting services


CPV Codes

31211110 - Control panels

31625300 - Burglar-alarm systems

31712114 - Integrated electronic circuits

32231000 - Closed-circuit television apparatus

32234000 - Closed-circuit television cameras

32235000 - Closed-circuit surveillance system

32573000 - Communications control system

35121700 - Alarm systems

42961100 - Access control system

45312200 - Burglar-alarm system installation work

50333000 - Maintenance services of radio-communications equipment

64227000 - Integrated telecommunications services

92222000 - Closed circuit television services

Notice Value(s)

Tender Value
£5,800,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£5,800,000 £1M-£10M

Notice Dates

Publication Date
8 Dec 20214 years ago
Submission Deadline
9 Jul 2021Expired
Future Notice Date
Not specified
Award Date
8 Dec 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Corporate Procurement, William Gilmour
Contact Email
corporateprocurement@northlan.gov.uk, gilmourwi@northlan.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Supplier Information

Number of Suppliers
1
Supplier Name

SPIE SCOTSHIELD

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417519
    Closed Circuit Television (CCTV) and Related Services 2022 - 2024 - The establishment of a contract for the future provision of Closed Circuit Television (CCTV) and Related Services 2022 - 2024. North Lanarkshire Council (the "Council") has a requirement to maintain a range of security systems across the Councils public space CCTV network currently operating within its boundaries consisting of circa 800 networked cameras managed from a central facility at Coatbridge. The Council also has a requirement to service and maintain similar CCTV and related services to 44 high rise towers, 33 sheltered complexes, 8 supported accommodation units, 158 schools, 46 operational buildings and other specific commercial and residential properties. In addition the Council has a number of sites previously owned by Council related ALEO's including Culture and Leisure North Lanarkshire (CLNL) and NL Properties (NLP) which will be covered by this Contract. The requirements are: - maintenance services, covering CCTV, access control and intruder alarm, including software and hardware maintenance and physical works maintenance; - capital upgrades and new installations of those systems; - development of all systems based on open-protocol principles to allow unification over the period of the contract; - development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security; and - a simplified but more cohesive approach to Contract and Supplier Management.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC435190
    Closed Circuit Television (CCTV) and Related Services 2022 - 2024 - The establishment of a contract for the future provision of Closed Circuit Television (CCTV) and Related Services 2022 - 2024. North Lanarkshire Council (the "Council") has a requirement to maintain a range of security systems across the Councils public space CCTV network currently operating within its boundaries consisting of circa 800 networked cameras managed from a central facility at Coatbridge. The Council also has a requirement to service and maintain similar CCTV and related services to 44 high rise towers, 33 sheltered complexes, 8 supported accommodation units, 158 schools, 46 operational buildings and other specific commercial and residential properties. In addition the Council has a number of sites previously owned by Council related ALEO's including Culture and Leisure North Lanarkshire (CLNL) and NL Properties (NLP) which will be covered by this Contract. The requirements are: - maintenance services, covering CCTV, access control and intruder alarm, including software and hardware maintenance and physical works maintenance; - capital upgrades and new installations of those systems; - development of all systems based on open-protocol principles to allow unification over the period of the contract; - development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security; and - a simplified but more cohesive approach to Contract and Supplier Management.

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-r6ebe6-0000655894-2021-12-08T00:00:00Z",
    "date": "2021-12-08T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000655894",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-106",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "William Gilmour",
                "email": "GilmourWi@northlan.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-72",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 OBT"
            },
            "contactPoint": {
                "email": "hamiltoncivl@scotcourts.gov.uk",
                "faxNumber": "+44 1698282957",
                "url": "http://www.southlanarkshire.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-53",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Corporate Procurement",
                "email": "corporateprocurement@northlan.gov.uk",
                "faxNumber": "+44 1698275125",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-186",
            "name": "SPIE Scotshield Limited",
            "identifier": {
                "legalName": "SPIE Scotshield Limited"
            },
            "address": {
                "streetAddress": "1 Rutherglen Links, Rutherglen Links Business Park",
                "locality": "Glasgow",
                "region": "UKM95",
                "postalCode": "G73 1DF"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-56",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-53"
    },
    "tender": {
        "id": "NLC-CPT-20-003",
        "title": "Closed Circuit Television (CCTV) and Related Services 2022 - 2024",
        "description": "The establishment of a contract for the future provision of Closed Circuit Television (CCTV) and Related Services 2022 - 2024. North Lanarkshire Council (the \"Council\") has a requirement to maintain a range of security systems across the Councils public space CCTV network currently operating within its boundaries consisting of circa 800 networked cameras managed from a central facility at Coatbridge. The Council also has a requirement to service and maintain similar CCTV and related services to 44 high rise towers, 33 sheltered complexes, 8 supported accommodation units, 158 schools, 46 operational buildings and other specific commercial and residential properties. In addition the Council has a number of sites previously owned by Council related ALEO's including Culture and Leisure North Lanarkshire (CLNL) and NL Properties (NLP) which will be covered by this Contract. The requirements are: - maintenance services, covering CCTV, access control and intruder alarm, including software and hardware maintenance and physical works maintenance; - capital upgrades and new installations of those systems; - development of all systems based on open-protocol principles to allow unification over the period of the contract; - development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security; and - a simplified but more cohesive approach to Contract and Supplier Management.",
        "status": "complete",
        "items": [
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "92222000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32235000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32234000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32231000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35121700",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45312200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42961100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31211110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32573000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50333000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31712114",
                        "scheme": "CPV"
                    },
                    {
                        "id": "64227000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "92222000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32235000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32234000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32231000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35121700",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45312200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42961100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31211110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32573000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50333000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31712114",
                        "scheme": "CPV"
                    },
                    {
                        "id": "64227000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "92222000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32235000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32234000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32231000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 5800000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2021-07-09T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN417519",
                "documentType": "contractNotice",
                "title": "Closed Circuit Television (CCTV) and Related Services 2022 - 2024",
                "description": "The establishment of a contract for the future provision of Closed Circuit Television (CCTV) and Related Services 2022 - 2024. North Lanarkshire Council (the \"Council\") has a requirement to maintain a range of security systems across the Councils public space CCTV network currently operating within its boundaries consisting of circa 800 networked cameras managed from a central facility at Coatbridge. The Council also has a requirement to service and maintain similar CCTV and related services to 44 high rise towers, 33 sheltered complexes, 8 supported accommodation units, 158 schools, 46 operational buildings and other specific commercial and residential properties. In addition the Council has a number of sites previously owned by Council related ALEO's including Culture and Leisure North Lanarkshire (CLNL) and NL Properties (NLP) which will be covered by this Contract. The requirements are: - maintenance services, covering CCTV, access control and intruder alarm, including software and hardware maintenance and physical works maintenance; - capital upgrades and new installations of those systems; - development of all systems based on open-protocol principles to allow unification over the period of the contract; - development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security; and - a simplified but more cohesive approach to Contract and Supplier Management.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN417519",
                "format": "text/html"
            },
            {
                "id": "DEC435190",
                "documentType": "awardNotice",
                "title": "Closed Circuit Television (CCTV) and Related Services 2022 - 2024",
                "description": "The establishment of a contract for the future provision of Closed Circuit Television (CCTV) and Related Services 2022 - 2024. North Lanarkshire Council (the \"Council\") has a requirement to maintain a range of security systems across the Councils public space CCTV network currently operating within its boundaries consisting of circa 800 networked cameras managed from a central facility at Coatbridge. The Council also has a requirement to service and maintain similar CCTV and related services to 44 high rise towers, 33 sheltered complexes, 8 supported accommodation units, 158 schools, 46 operational buildings and other specific commercial and residential properties. In addition the Council has a number of sites previously owned by Council related ALEO's including Culture and Leisure North Lanarkshire (CLNL) and NL Properties (NLP) which will be covered by this Contract. The requirements are: - maintenance services, covering CCTV, access control and intruder alarm, including software and hardware maintenance and physical works maintenance; - capital upgrades and new installations of those systems; - development of all systems based on open-protocol principles to allow unification over the period of the contract; - development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security; and - a simplified but more cohesive approach to Contract and Supplier Management.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC435190",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "3",
                "title": "Housing Property & Projects (Non-Domestic) - CCTV, Access Controls and Intruder Alarms",
                "description": "The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes the following: (i) maintenance services, covering three work packages, comprising CCTV, Intruder Alarm and Access Controls including software and hardware maintenance as well as physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "options": {
                    "description": "The Council's property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice."
                },
                "hasOptions": true,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period."
                }
            },
            {
                "id": "2",
                "title": "Housing Property (Domestic) - CCTV, Access Controls and Intruder Alarms",
                "description": "The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes the following: (i) maintenance services, covering three work packages, comprising CCTV, Intruder Alarm and Access Controls including software and hardware maintenance as well as physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "options": {
                    "description": "The Council's property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice."
                },
                "hasOptions": true,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period."
                }
            },
            {
                "id": "1",
                "title": "Housing Solutions - CCTV",
                "description": "The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract Lot will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract Lot includes the following: (i) maintenance services, covering one work package - CCTV and includes software and hardware maintenance as well as physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "options": {
                    "description": "The Council's property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice."
                },
                "hasOptions": true,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The Invitation to Tender (ITT) will contain the relevant Contract Performance requirements."
        },
        "secondStage": {
            "invitationDate": "2021-08-09T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD Selection Criteria Section, question Section A, Part IV, Suitability, the following questions: 4A.1 and 4A.1.1. Minimum level(s) of standards required: 4A.1 - Candidates must be enrolled in the relevant professional or trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015. Candidates should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. 4A.1.1 - If the relevant documentation is available electronically, please indicate. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question."
                },
                {
                    "type": "economic",
                    "description": "SPD Selection Criteria Section, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B.4, 4B.4.1, 4B.5.1, 4B.5.2 and 4B.5.3.",
                    "minimum": "4B.4 - Candidates will be required to state the value for the following financial ratios: 1) Acid Test Ratio; and 2) Operating Profit Ratio. Acid Test Ratio minimum value required: a value of greater than or equal to 1.00 in the last financial year to 2 decimal places. The Acid Test Ratio will be calculated as follows: (Current Assets minus Inventory) divided by Current Liabilities; and Operating Profit Ratio minimum value required: a value of greater than or equal to 5% in the last financial year to 2 decimal places. The Operating Profit Ratio will be calculated as follows: Operating Profit divided by Turnover. 4B.4.1 - If the relevant documentation is available electronically, please indicate. 4B.5.1 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim and in the annual aggregate. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 10,000,000 GBP each and every claim and in the annual aggregate; 2) Product Liability Insurance: 10,000,000 GBP on an annual aggregate basis; and 3) Professional Indemnity Insurance: 10,000,000 GBP on an annual aggregate basis. 4B.5.3 - If the relevant documentation is available electronically, please indicate. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.4, 4B.4.1, 4B.5.1, 4B.5.2 and 4B.5.3 in Section B, Part IV, Economic and Financial Standing of the ESPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP: 1) an SPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension period."
                },
                {
                    "type": "technical",
                    "description": "SPD Selection Criteria Section, question Section C, Part IV, Technical and Professional Ability: 4C.1.2, 4C.6 and 4C.10.",
                    "minimum": "4C.1.2 - Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Question 4C.1.2 carries an overall weighting of 100%. This question is divided into four (4) separate sections listed below. Candidates are required to provide a response to each of these sections. Each section carries its own sub-weighting, Candidates must achieve an overall combined minimum score requirement of 50% across all four (4) sections (i.e. not 50% for each of the separate sections). Candidates unable to meet the minimum requirements for 4C.1.2 will be assessed as a FAIL and will be excluded from the competition: (i) CCTV (Sub-weighting = 30%); (ii) Access Control (Sub-weighting = 30%); (iii) Intruder Alarm (Sub-weighting = 30%); and (iv) Experience of managing all work packages (Sub-weighting = 10%); The scoring rationale of the evaluation panel for question 4C.1.2 is detailed in the document \"Part 4C Scoring Matrix\". 4C.6 - Candidates will be required to confirm that they and/or the service provider have all of the following relevant educational and professional qualifications: (i) National Security Inspectorate (NSI) Gold Certification or Security Systems and Alarms Inspection Board Certification (SSAIB) or equivalent; and (ii) Membership of the National Inspection Council Electrical Installation Contracting (NICEIC) or Electrical Contractors' Association of Scotland (SELECT) or equivalent. Candidates and/or service providers who do not have all of the above educational and professional qualifications will be assessed as a FAIL and will be excluded from the competition. 4C.10 - Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the proposed Contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "92222000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:676461)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000655894"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000655894"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "NLC-CPT-20-003-1",
            "title": "Housing Solutions - CCTV",
            "suppliers": [
                {
                    "id": "org-186",
                    "name": "SPIE Scotshield Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "NLC-CPT-20-003-2",
            "title": "Housing Property (Domestic) - CCTV, Access Controls and Intruder Alarms",
            "suppliers": [
                {
                    "id": "org-186",
                    "name": "SPIE Scotshield Limited"
                }
            ],
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "NLC-CPT-20-003-3",
            "title": "Housing Property & Projects (Non-Domestic) - CCTV, Access Controls and Intruder Alarms",
            "suppliers": [
                {
                    "id": "org-186",
                    "name": "SPIE Scotshield Limited"
                }
            ],
            "relatedLots": [
                "3"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NLC-CPT-20-003-1",
            "awardID": "NLC-CPT-20-003-1",
            "title": "Housing Solutions - CCTV",
            "status": "active",
            "value": {
                "amount": 3450000,
                "currency": "GBP"
            },
            "dateSigned": "2021-12-08T00:00:00Z"
        },
        {
            "id": "NLC-CPT-20-003-2",
            "awardID": "NLC-CPT-20-003-2",
            "title": "Housing Property (Domestic) - CCTV, Access Controls and Intruder Alarms",
            "status": "active",
            "value": {
                "amount": 750000,
                "currency": "GBP"
            },
            "dateSigned": "2021-12-08T00:00:00Z"
        },
        {
            "id": "NLC-CPT-20-003-3",
            "awardID": "NLC-CPT-20-003-3",
            "title": "Housing Property & Projects (Non-Domestic) - CCTV, Access Controls and Intruder Alarms",
            "status": "active",
            "value": {
                "amount": 1600000,
                "currency": "GBP"
            },
            "dateSigned": "2021-12-08T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2021/S 000-012768"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1313",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "1314",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "1315",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1316",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1317",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "1318",
                "measure": "bids",
                "value": 3,
                "relatedLot": "2"
            },
            {
                "id": "1319",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "2"
            },
            {
                "id": "1320",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "1321",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "1322",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "2"
            },
            {
                "id": "1323",
                "measure": "bids",
                "value": 3,
                "relatedLot": "3"
            },
            {
                "id": "1324",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "3"
            },
            {
                "id": "1325",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "1326",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "1327",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "3"
            }
        ]
    }
}