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

NAC/5202 Public Space Surveillance

  • First published: 08 May 2025
  • Last modified: 08 May 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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:
ocds-h6vhtk-0509bc
Published by:
North Ayrshire Council
Authority ID:
AA20915
Publication date:
08 May 2025
Deadline date:
30 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

North Ayrshire Council (NAC) requires a replacement contract for the annual maintenance, servicing and repairs of public space surveillance camera system. This will include all recording equipment and cameras within Marress House, Friars Croft, Irvine, KA12 8LU. The requirement will also include attendance at emergency call outs as and when required. All of which will be contained within one lot. There is a requirement for an additional lot for technical surveys on NAC’s held asset list.

The tender will contain the following Lots:

Lot 1 – Public Space Surveillance

Lot 2 – Corporate Camera Survey

The resultant contract for Lot 1 will be for an initial period of 2 year commencing 7 July 2025 until 6 July 2027 with the option to extend by up to 24 months until 6 July 2029. Extensions will be at the sole discretion of NAC and subject to satisfactory performance and funding. As Lot 2 is a one-off requirement this will be in place for a six-month period from 7 July 2025 to 7 December 2025.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

UK

E-mail: laurakeane@north-ayrshire.gov.uk

NUTS: UKM93

Internet address(es)

Main address: http://www.north-ayrshire.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

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

NAC/5202 Public Space Surveillance

Reference number: NAC/5202

II.1.2) Main CPV code

50610000

 

II.1.3) Type of contract

Services

II.1.4) Short description

North Ayrshire Council (NAC) requires a replacement contract for the annual maintenance, servicing and repairs of public space surveillance camera system. This will include all recording equipment and cameras within Marress House, Friars Croft, Irvine, KA12 8LU. The requirement will also include attendance at emergency call outs as and when required. All of which will be contained within one lot. There is a requirement for an additional lot for technical surveys on NAC’s held asset list.

The tender will contain the following Lots:

Lot 1 – Public Space Surveillance

Lot 2 – Corporate Camera Survey

The resultant contract for Lot 1 will be for an initial period of 2 year commencing 7 July 2025 until 6 July 2027 with the option to extend by up to 24 months until 6 July 2029. Extensions will be at the sole discretion of NAC and subject to satisfactory performance and funding. As Lot 2 is a one-off requirement this will be in place for a six-month period from 7 July 2025 to 7 December 2025.

II.1.5) Estimated total value

Value excluding VAT: 930 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Public Space Surveillance

II.2.2) Additional CPV code(s)

50610000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

The contractor will provide servicing, maintenance and repair of North Ayrshire Council’s public space surveillance camera system including all control, recording and monitoring equipment, cameras, etc, including the equipment within Marress House, Friars Croft, Irvine, KA12 8LU. It shall be administered by North Ayrshire Council.

All cameras shall be monitored from the Marress House, Friars Croft, Irvine, KA12 8LU.

In addition to this, the Contract involves response repairs to all surveillance camera equipment and cameras on a 24 hour, 7 days a week, 365 days of the year basis.

All CCTV equipment and cameras shall be inspected and tested twice per annum together with attendance to all reported faults.

II.2.5) Award criteria

Criteria below:

Quality criterion: quality / Weighting: 60

Cost criterion: price / Weighting: 40

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:

option to extend by up to 24 months

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

Lot No: 2

II.2.1) Title

Corporate Camera Survey

II.2.2) Additional CPV code(s)

79311000

II.2.3) Place of performance

NUTS code:

UKM93

II.2.4) Description of the procurement

The contractor will provide technical surveys of the surveillance camera systems within North Ayrshire Council in Scotland. The survey will assess the existing infrastructure, compliance with relevant regulations, and provide recommendations for improvement, upgrade, or replacement where necessary.

Evaluate the current surveillance system’s functionality, coverage, and security.

Identify technical faults, blind spots, and potential risks.

Provide recommendations for system enhancement, including estimated costs.

II.2.5) Award criteria

Criteria below:

Quality criterion: quality / Weighting: 60

Cost criterion: price / Weighting: 40

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

Duration in months: 6

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:

Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Bidders must confirm if they hold the particular authorisation or memberships

Lots 1 & 2 - SSAIB

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Lot 1 - Bidders will be required to have a minimum yearly general turnover of 290000 GBP for the last 3 years in the business area covered by the contract.

Lot 2 - Bidders will be required to have a minimum yearly general turnover of 350000 GBP for the last 3 years in the business area covered by the contract.

Bidders who cannot meet the required level of turnover will be excluded from this tender.

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

For lots 1 & 2 - Public liability insurance, to the value of at least ten million pounds sterling in respect of any one event and unlimited in the period;

Employer’s liability insurance, to the value of at least ten million pounds sterling in respect of any one event and unlimited in the period;

Products liability insurance, to the value of at least ten million pounds sterling in the aggregate in the policy period;


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process. Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process. Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.

Lot 1 - specific wording: Please detail your specific experience in public space surveillance maintenance. The engineering team should be capable and demonstrate experience of installing, terminating and testing ethernet and fibre cables in external and internal environments, please include experience using examples including working with Milestone.

Lot 2 - specific wording: Please detail your specific experience in surveying pre-installed surveillance systems.

Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms.

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance.

Bidders are required to confirm the supplier's staff have the following relevant educational and professional qualifications:

For Lot 1

Milestone Certified to Advanced status and have a minimal of 5 years’ experience working with Milestone

Milestone Certified Design Engineer (MCDE) x3 engineers

Milestone Certified Integration Technician (MCIT) x3 engineers

Milestone Certified Integration Engineer (MCIE) x 1 engineer

Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond, including knowledge of their emissions sources and actions to address these. Accepted evidence includes but is not limited to:

- a completed copy of the Bidder ‘relevant contract’ Climate Change Plan Template, including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions.

Guidance on how Bidder Climate Change Plans are evaluated is available on the Sustainable Procurement Tools: Sustainable Procurement (sustainableprocurementtools.scot)

Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.


III.2) Conditions related to 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: 30/05/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 30/05/2025

Local time: 12:00

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

Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.

Environmental Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.

Bidders 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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29091. 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:

Lot 1 - Community benefits will be required on a mandatory basis for:

- Employment

- Employability & Skills

- SMEs

- TSOs

- Education

- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)

60 points

Lot 2 - Community benefits will be required on a voluntary basis

(SC Ref:797070)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

UK

Telephone: +44 1563550024

Internet address(es)

URL: https://www.scotcourts.gov.uk/

VI.5) Date of dispatch of this notice

30/04/2025

Coding

Commodity categories

ID Title Parent category
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
79311000 Survey services Market research services

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:
laurakeane@north-ayrshire.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.