Tender

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

  • Renfrewshire Council

F02: Contract notice

Notice identifier: 2026/S 000-006752

Procurement identifier (OCID): ocds-h6vhtk-060ecc

Published 26 January 2026, 3:17pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Aileen Ross

Email

aileen.ross@renfrewshire.gov.uk

Telephone

+44 1414871542

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.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

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Renfrewshire

two.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.

two.2.5) Award criteria

Quality criterion - Name: Methodology & Approach / Weighting: 15

Quality criterion - Name: Reactive Repairs / Weighting: 7

Quality criterion - Name: Alarm Monitoring Service / Weighting: 3

Quality criterion - Name: Technologies (Mandatory) / Weighting: 2

Quality criterion - Name: Technologies (Desirable) / Weighting: 1

Quality criterion - Name: Architecture and System Availability / Weighting: 2

Quality criterion - Name: Cyber Security / Weighting: 4

Quality criterion - Name: Service Management / Weighting: 1

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Community Benefit Outcome Menu / Weighting: 2

Quality criterion - Name: Community Benefit Methodology / Weighting: 3

Price - Weighting: 55

two.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

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 February 2026

Local time

2:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 24 July 2026

four.2.7) Conditions for opening of tenders

Date

25 February 2026

Local time

2:00pm


Section six. Complementary information

six.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

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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)

six.4) Procedures for review

six.4.1) Review body

See VI.4.4 below

See VI.4.4 below

Country

United Kingdom

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

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom