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 Installations / Upgrades With Planned & Reactive Maintenance Services
II.1.2) Main CPV code
50610000
II.1.3) Type of contract
Services
II.1.4) Short description
Argyll and Bute Council is seeking a Contractor to deliver a comprehensive Public Space CCTV installation / upgrade, commissioning, training, handover and maintenance Service.
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
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: 15
Quality criterion: Installation / Upgrade & Commissioning Strategy
/ Weighting: 5
Quality criterion: Maintenance Protocals
/ Weighting: 5
Quality criterion: Training and Handover Process
/ Weighting: 10
Quality criterion: Innovation and Future-Proofing
/ Weighting: 2.5
Quality criterion: Community Benefits
/ Weighting: 2.5
Quality criterion: Fair Work Practices
/ Weighting: 0
Quality criterion: Prompt Payment Performance
/ Weighting: 0
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
400 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
17/11/2025
End:
28/02/2030
This contract is subject to renewal: Yes
Description of renewals:
With two further options to extend, two years and two years, subject to satisfactory performance of the Contract.
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:
Yes
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 should provide its (“general”) yearly turnover of 880,000 GBP for the last three years or the Tenderer should provide its average yearly turnover 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
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:
17/10/2025
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:
17/10/2025
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=810093.
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.
(SC Ref:810093)
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
12/09/2025