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