Planning

Supply and Delivery of Electronic Security Equipment

  • Leeds City Council

UK2: Preliminary market engagement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-041176

Procurement identifier (OCID): ocds-h6vhtk-0561da

Published 18 July 2025, 9:44am



Scope

Reference

100992

Description

Leeds City Council is undertaking a preliminary market engagement for an above-threshold Open Procedure for the supply and delivery of Electronic Security Equipment. The tender will be in 8 lots. Tenderers can bid for any or all of the lots.

Please note that this is for supply only and does not include installation.

Commercial tool

Establishes a framework

Total value (estimated)

  • £3,000,000 excluding VAT
  • £3,600,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 November 2025 to 31 October 2028
  • Possible extension to 31 October 2029
  • 4 years

Main procurement category

Goods

CPV classifications

  • 31625000 - Burglar and fire alarms
  • 32231000 - Closed-circuit television apparatus
  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system
  • 32323500 - Video-surveillance system
  • 32360000 - Intercom equipment
  • 35120000 - Surveillance and security systems and devices
  • 44212329 - Security screens

Contract locations

  • UK - United Kingdom

Engagement

Engagement deadline

1 August 2025

Engagement process description

Leeds City Council (the Council) are proposing to undertake a competitive tender to procure a framework for the provision of Electronic Security Equipment including CCTV, intruder alarms and door access control hardware for Leeds Building Services (LBS). LBS will then install this equipment in public spaces and various premises throughout the city.

The proposed closed framework will run for 3 years with the option to extend by one further period of 12 months. Please note that any extension to the contract will be at the discretion of the Council.

The estimated budget for this contract is up to £1m per annum giving a total contract value of up to £4m including the extensions.

It is the Council's intention to split these requirements into separate lots for different types of security equipment as follows:

o Lot 1A - Bosch products

o Lot 1B - Vanderbilt products

o Lot 1C - HID products

o Lot 1D - Honeywell products

o Lot 1E - Quantec products

o Lot 1F - Pyronix products

o Lot 1G - Axis products

o Lot 2 - CCTV external fully functional, external fixed, internal fully functional, internally fixed (digital)

o Lot 3 - Digital Video Recorders, Networked Video Recorders and Video Management Systems

o Lot 4 - Intruder alarm systems

o Lot 5 - Door access control/intercom systems

o Lot 6 - Cables, cabinets, Accessories

o Lot 7 - Intercom Doors/Systems

o Lot 8 - Computer components (for unit repairs and software updates)

It is proposed that the tender will be an above threshold open procedure which will include a Conditions of Participation (COP). Bidders will have their COP submission assessed on Financial Capacity, Technical and Professional Ability, including 3 Project Specific questions which will require a minimum overall pass threshold of 50%.

Please note that only those tenderers who meet the requirements of the COP, including the minimum pass threshold of 50% on the Project Specific questions will have their tenders assessed.

Tenders will then be evaluated on a Quality / Price separated basis. This means that quality assessments will be carried out first, with those bidders meeting the minimum score threshold of 50% then having their pricing assessed.

Each lot will be evaluated separately and the 3 highest scoring tenderers for each lot will be allocated a place on the relevant lot of the closed framework. Suppliers will have the option to tender for any or all of the 8 available lots.

Supply allocation.

For each new requirement, LBS will obtain quotations from the suppliers appointed to the specific lot that the product comes under and the lowest quotation submitted will receive the order.

The total estimated values for each lot over the life of the contract (excluding the extension) are as follows:

Lot 1 (Total) - £2,265,000

Lot 1A - £1,800,000

Lot 1B - £150,000

Lot 1C - £60,000

Lot 1D - £30,000

Lot 1E - £60,000

Lot 1F - £15,000

Lot 1G - £150,000

Lot 2 - £156,000

Lot 3 - £210,000

Lot 4 - £24,000

Lot 5 - £120,000

Lot 6 - £90,000

Lot 7 - £90,000

Lot 8 - £45,000

= £3,000,000

Please see timetable below of relevant dates:

Task/Milestone Date

UK2 - Preliminary Market Engagement 18th Jul 2025.

UK4 - Tender Notice 4th Aug 2025

Last date for tenderers to submit

tender clarification queries 3rd Sep 2025

Tender submission (including COP) 10th Sep 2025

Assessment and evaluation 11th to 26th Sep 2025

UK6 - Contract Award Notice 10th Oct 2025

Standstill (8 working days) 10th to 21st Oct 2025

UK7 - Contract Details Notice 21st Oct 2025

Contract start date 1st Nov 2025

Contract end date 31st Oct 2028

We would be most grateful if you could indicate your interest in this procurement.


Participation

Particular suitability

Small and medium-sized enterprises (SME)


Contracting authority

Leeds City Council

  • Public Procurement Organisation Number: PJYG-6658-PPMY

Civic Hall, Calverley Street

Leeds

LS1 1UR

United Kingdom

Contact name: Simon Thorpe

Telephone: +441133786001

Email: simon.thorpe@leeds.gov.uk

Region: UKE42 - Leeds

Organisation type: Public authority - sub-central government