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

Provision of Public Space CCTV: Cameras and Management Software

  • First published: 31 January 2026
  • Last modified: 31 January 2026
  • Version: N/A
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Argyll and Bute Council
Authority ID:
AA21340
Publication date:
31 January 2026
Deadline date:
02 March 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

3.2.1 The overarching aim of this Service is to modernise and future-proof the Council’s public space surveillance infrastructure through the installation of CCTV systems while ensuring ongoing operational reliability through PPM and Reactive Maintenance.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Argyll and Bute Council

Kilmory

Lochgilphead

PA31 8RT

UK

Contact person: Annabel Travers

Telephone: +44 1546604337

E-mail: Annabel.Travers@argyll-bute.gov.uk

NUTS: UKM63

Internet address(es)

Main address: http://www.argyll-bute.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00063

I.3) Communication

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

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

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

Provision of Public Space CCTV: Cameras and Management Software

II.1.2) Main CPV code

50610000

 

II.1.3) Type of contract

Services

II.1.4) Short description

3.2.1 The overarching aim of this Service is to modernise and future-proof the Council’s public space surveillance infrastructure through the installation of CCTV systems while ensuring ongoing operational reliability through PPM and Reactive Maintenance.

II.1.5) Estimated total value

Value excluding VAT: 328 408.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50610000

II.2.3) Place of performance

NUTS code:

UKM63


Main site or place of performance:

The area of Argyll and Bute

II.2.4) Description of the procurement

Argyll and Bute Council is seeking a Contractor to deliver a comprehensive Public Space CCTV installation / upgrade, commissioning, training, handover and maintenance Service.

II.2.5) Award criteria

Criteria below:

Quality criterion: Design Approach / Weighting: 10

Quality criterion: Software System / Weighting: 15

Quality criterion: Camera / Weighting: 10

Quality criterion: Installation and Commissioning Strategy / Weighting: 20

Quality criterion: Maintenance Protocols / Weighting: 12.5

Quality criterion: Risk / Weighting: 10

Quality criterion: Community Benefits / Weighting: 2.5

Quality criterion: Fair Work / Weighting: 0

Quality criterion: Prompt Payment / Weighting: 0

Price / Weighting:  20

II.2.6) Estimated value

Value excluding VAT: 328 408.00  GBP

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

Duration in months: 50

This contract is subject to renewal: Yes

Description of renewals:

The duration in months is an estimate. The Contract shall continue to run for a period of four years from the date on which the first site is accepted, with two optional extension periods of two years each, subject to budget and the Council been satisfied of the Contractor’s performance. Further information is within the ITT.

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: Yes

Description of options:

Scope to include additional CCTV installation / upgrade, commissioning, training, handover and maintenance.

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:

As stated within the Invitation to Tender document.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

As below


Minimum level(s) of standards required:

The Tenderer shall provide its (“general”) yearly turnover of 340000GBP for the last three years or the Tenderer should provide its average yearly turnover which will be a minimum of 340000GB for the last three years.

The Tenderer confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice:

Professional Indemnity Insurance = 5M GBP in aggregate for a period of 12 years after the Contract End Date

Employer’s (Compulsory) Liability Insurance = 5M GBP each and every occurrence

Public / Products Liability Insurance = 5M GBP each and every occurrence

Motor Vehicle Insurance in accordance with the provisions of the current Road Traffic Act 1988 for each and every occurrence.

Contracts Works / Contractors All Risks Cover = Contract Value

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

As stated within the Invitation to Tender document

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: 02/03/2026

Local time: 09:00

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: 120 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 02/03/2026

Local time: 12:00

Place:

On-line via PCS Post-box

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Between four and six years from award

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=822171.

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.

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:

Please refer to the Invitation to Tender

(SC Ref:822171)

VI.4) Procedures for review

VI.4.1) Review body

Oban Sheriff Court

Sheriff Court House, Albany Street

Oban

PA34 4AL

UK

Telephone: +44 1631562414

E-mail: oban@scotcourts.gov.uk

Fax: +44 1631562037

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the Find a Tender Service or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.

VI.5) Date of dispatch of this notice

30/01/2026

Coding

Commodity categories

ID Title Parent category
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:
Annabel.Travers@argyll-bute.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.