Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1QE
UK
Telephone: +44 1382433401
E-mail: lesley.mclauchlan@dundeecity.gov.uk
NUTS: UKM71
Internet address(es)
Main address: www.dundeecity.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
I.1) Name and addresses
Angus Council
Angus House, Orchardbank Business Park
Forfar
DD8 1AN
UK
Telephone: +44 3452777778
E-mail: procurement@angus.gov.uk
NUTS: UKM71
Internet address(es)
Main address: http://www.angus.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236
I.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
UK
Telephone: +44 1738475000
E-mail: contracts@pkc.gov.uk
NUTS: UKM77
Internet address(es)
Main address: http://www.pkc.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Service and Maintenance of CCTV Public Spaces
Reference number: DCC/CD/167/24
II.1.2) Main CPV code
50710000
II.1.3) Type of contract
Services
II.1.4) Short description
The Contract for the servicing, maintenance and repair of the current CCTV system includes cameras, their control, recording and monitoring equipment. This will also include the equipment in the Control Room. The Contract shall be administered by Dundee City Council.
II.1.5) Estimated total value
Value excluding VAT:
900 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
32234000
50710000
50343000
II.2.3) Place of performance
NUTS code:
UKM71
II.2.4) Description of the procurement
Servicing and maintenance, including repair of the CCTV sytems across Tayside i.e. Angus, Dundee and Perth. The system include cameras, control and monitoring equipment which also includes the equipment in the Police Scotland Control Room.
II.2.5) Award criteria
Criteria below:
Quality criterion: Fault Management System
/ Weighting: 20
Quality criterion: Resourcing of Requirements
/ Weighting: 15
Quality criterion: Approach to Maintenance Services
/ Weighting: 10
Quality criterion: Service Delivery Standards
/ Weighting: 5
Quality criterion: Spare Parts Holding Levels
/ Weighting: 5
Quality criterion: Specified Community Benefits
/ Weighting: 2
Quality criterion: Other Community Benefits
/ Weighting: 1
Quality criterion: Fair Work First
/ Weighting: 2
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
900 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/12/2025
End:
30/11/2030
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Bidders must employ a qualified electrician to provide the service and shall liaise with the Purchaser to deliver this service. Contractors must ensure that their electrical engineers are current members of the NICEIC
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability. Additional information Where the Tenderer does not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability. See full details in Appendix 1 - Tender Evaluation Methodology and Questionnaire
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
KPIs as Detailed in the Specification of Requirements
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/09/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
09/09/2025
Local time: 12:00
Place:
Electronic Postbox
Information about authorised persons and opening procedure:
Lesley McLauchlan, Procurement Team Leader
Chris Murphy, Procurement Category Officer
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=806371.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Full details contained within the Tender documents
(SC Ref:806371)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=806371
VI.4) Procedures for review
VI.4.1) Review body
Dundee Sherriff Court and Justice of the Peace Court
Sherriff House, 6 West Bell Street
Dundee
DD1 9AD
UK
VI.4.2) Body responsible for mediation procedures
Dundee Sherriff Court and Justice of the Peace Court
Sherriff House, 6 West Bell Street
Dundee
DD1 9AD
UK
VI.4.4) Service from which information about the review procedure may be obtained
Scottish Court Service
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XD
UK
Telephone: +44 1314443300
E-mail: enquiries@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
05/08/2025