Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Reactive Repair & Maintenance of CCTV, Fire Alarm and Intruder Alarm Systems (Including the Provision of an Alarm Monitoring Service)

  • First published: 27 January 2026
  • Last modified: 27 January 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Renfrewshire Council
Authority ID:
AA21061
Publication date:
27 January 2026
Deadline date:
25 February 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Renfrewshire Council (the Council) are seeking to enter into a contract in respect of a Reactive Repair & Maintenance of CCTV, Fire Alarm and Intruder Alarm Systems (Including the Provision of an Alarm Monitoring Service).

A number of the Council’s Public Buildings are fitted with Intruder Alarms, Fire Alarms, and Closed-Circuit Television (CCTV) systems. The maintenance of these systems ensure that they remain serviceable to assist in the protection of the users of the properties.

Along with regular maintenance the contract will include for the provision of a 24/7 reactive repair service and a 24/7 alarm monitoring service where appropriate. The alarm monitoring service will cover both fire and intruder alarm activations. The monitoring of CCTV systems will not be within the scope of this contract and will remain in-house.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

UK

Contact person: Aileen Ross

Telephone: +44 1414871542

E-mail: aileen.ross@renfrewshire.gov.uk

NUTS: UKM83

Internet address(es)

Main address: http://www.renfrewshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.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

Reactive Repair & Maintenance of CCTV, Fire Alarm and Intruder Alarm Systems (Including the Provision of an Alarm Monitoring Service)

Reference number: RC-CPU-25-060

II.1.2) Main CPV code

50000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Renfrewshire Council (the Council) are seeking to enter into a contract in respect of a Reactive Repair & Maintenance of CCTV, Fire Alarm and Intruder Alarm Systems (Including the Provision of an Alarm Monitoring Service).

A number of the Council’s Public Buildings are fitted with Intruder Alarms, Fire Alarms, and Closed-Circuit Television (CCTV) systems. The maintenance of these systems ensure that they remain serviceable to assist in the protection of the users of the properties.

Along with regular maintenance the contract will include for the provision of a 24/7 reactive repair service and a 24/7 alarm monitoring service where appropriate. The alarm monitoring service will cover both fire and intruder alarm activations. The monitoring of CCTV systems will not be within the scope of this contract and will remain in-house.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50000000

50610000

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Renfrewshire

II.2.4) Description of the procurement

Renfrewshire Council (the Council) are seeking to enter into a contract in respect of a Reactive Repair & Maintenance of CCTV, Fire Alarm and Intruder Alarm Systems (Including the Provision of an Alarm Monitoring Service).

A number of the Council’s Public Buildings are fitted with Intruder Alarms, Fire Alarms, and Closed-Circuit Television (CCTV) systems. The maintenance of these systems ensure that they remain serviceable to assist in the protection of the users of the properties.

Along with regular maintenance the contract will include for the provision of a 24/7 reactive repair service and a 24/7 alarm monitoring service where appropriate. The alarm monitoring service will cover both fire and intruder alarm activations. The monitoring of CCTV systems will not be within the scope of this contract and will remain in-house.

II.2.5) Award criteria

Criteria below:

Quality criterion: Methodology & Approach / Weighting: 15

Quality criterion: Reactive Repairs / Weighting: 7

Quality criterion: Alarm Monitoring Service / Weighting: 3

Quality criterion: Technologies (Mandatory) / Weighting: 2

Quality criterion: Technologies (Desirable) / Weighting: 1

Quality criterion: Architecture and System Availability / Weighting: 2

Quality criterion: Cyber Security / Weighting: 4

Quality criterion: Service Management / Weighting: 1

Quality criterion: Fair Work First / Weighting: 5

Quality criterion: Community Benefit Outcome Menu / Weighting: 2

Quality criterion: Community Benefit Methodology / Weighting: 3

Price / Weighting:  55

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

There will be the option to extend the Contract for up to 12 months on 2 occasions. Any extension will be at the sole discretion of the Council

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:

Selection criteria as stated in the procurement documents

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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: 25/02/2026

Local time: 14:00

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

Tender must be valid until: 24/07/2026

IV.2.7) Conditions for opening of tenders

Date: 25/02/2026

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

6 months prior to end of contract

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30966. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

The Council’s expectation that 70 Community Benefit Points (CBPs) or more will be delivered under this Contract.

(SC Ref:821456)

VI.4) Procedures for review

VI.4.1) Review body

See VI.4.4 below

See VI.4.4 below

UK

VI.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

UK

VI.5) Date of dispatch of this notice

26/01/2026

Coding

Commodity categories

ID Title Parent category
50000000 Repair and maintenance services Other Services
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
aileen.ross@renfrewshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.