Section one: Contracting authority
one.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
laurakeane@north-ayrshire.gov.uk
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.north-ayrshire.gov.uk
Buyer's address
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
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
NAC/5202 Public Space Surveillance
Reference number
NAC/5202
two.1.2) Main CPV code
- 50610000 - Repair and maintenance services of security equipment
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £930,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Public Space Surveillance
Lot No
1
two.2.2) Additional CPV code(s)
- 50610000 - Repair and maintenance services of security equipment
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
two.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.
two.2.5) Award criteria
Quality criterion - Name: quality / Weighting: 60
Cost criterion - Name: price / Weighting: 40
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
option to extend by up to 24 months
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
two.2) Description
two.2.1) Title
Corporate Camera Survey
Lot No
2
two.2.2) Additional CPV code(s)
- 79311000 - Survey services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
two.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.
two.2.5) Award criteria
Quality criterion - Name: quality / Weighting: 60
Cost criterion - Name: price / Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
This contract is subject to renewal
No
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
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
three.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;
three.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.
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
30 May 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
30 May 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
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)
six.4) Procedures for review
six.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
Telephone
+44 1563550024
Country
United Kingdom