Tender

Supply and Delivery of Electronic Security Equipment

  • Leeds City Council

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-045524

Procurement identifier (OCID): ocds-h6vhtk-056c0a

Published 4 August 2025, 10:30am



Scope

Reference

100992

Description

Leeds City Council invites you to submit an above-threshold Open Procedure for Supply and Delivery of Electronic Security Equipment. Please note that this contract is for supply only and does not include installation.

Total value (estimated)

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

Above the relevant threshold

Contract dates (estimated)

  • 1 October 2025 to 1 October 2028
  • Possible extension to 1 October 2029
  • 4 years, 1 day

Description of possible extension:

This contract is being tendered on the basis that an extension of one period of 12 months may be offered.

Main procurement category

Goods

CPV classifications

  • 35120000 - Surveillance and security systems and devices
  • 31625000 - Burglar and fire alarms
  • 31625300 - Burglar-alarm systems
  • 32235000 - Closed-circuit surveillance system
  • 32323500 - Video-surveillance system
  • 32360000 - Intercom equipment
  • 35121000 - Security equipment
  • 35125000 - Surveillance system
  • 35125300 - Security cameras
  • 44212329 - Security screens

Not the same for all lots

Contract locations are shown in Lot sections, because they are not the same for all lots.


Lot LOT-0001. Lot 1- Specified manufacture equipment

Description

In order to ensure compatibility, full feature functionality/utilisation and integration with our current systems, items listed under LOT 1 are of a specified brand and model. No alternatives or substitutions will be accepted. Lot 1A - Bosch products Lot 1B - Vanderbilt products Lot 1C - HID products Lot 1D - Honeywell products Lot 1E - Quantec products Lot 1F - Pyronix products Lot 1G - Axis products

Lot value (estimated)

  • £2,265,000 excluding VAT
  • £2,718,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0002. Lot 2 - CCTV

Description

External fully functional camera - digital • Operation in external environments (IP66) • Continuous rotation Multiple mounting options and bracketry i.e. pendant, corner mount • A choice of optical zoom lenses • Day/night capabilities with removable IR cut filter • ONVIF S compliant • Wide dynamic range or equivalent functionality • Multiple compression options including a minimum of H.264 Supports PoE or PoE Plus or PoE Plus

Lot value (estimated)

  • £156,000 excluding VAT
  • £187,200 including VAT

Contract locations

  • UK - United Kingdom

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0003. Lot 3 - Video Recorders & Video Management Systems (1)

Description

Digital Video Recorders DVR • Variants with composite inputs and TVI inputs Compatible with colour and monochrome cameras from a PAL source or TVI • Capable of recording each video input at 25fps • Down the coax telemetry RS422/485 port for the control of third-party cameras • Multi-protocol including Pelco D • Choice of internal storage size • Options for continuous, scheduled and event recording Search facility with flexible criteria i.e. Date/time.

Lot value (estimated)

  • £210,000 excluding VAT
  • £252,000 including VAT

Contract locations

  • UK - United Kingdom

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0004. Lot 4 - Intruder alarm systems (1)

Description

• Control panel / CIE Full diagnostics monitoring of all detection circuits and power supplies • Secure remote Servicing capability for configuration and remote maintenance • Multi area arming and disarming • Schedule driven auto-arm for each area • Relay output on-board capable of switching 1A • Communication capability over PSTN, Ethernet and GPRS Full compliance to EN50131 minimum grade 3

Lot value (estimated)

  • £24,000 excluding VAT
  • £28,800 including VAT

Contract locations

  • UK - United Kingdom

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0005. Lot 5 - Door access control/intercom systems (1)

Description

General Requirements The system shall broadly comprise the following: • PC based • Administration, addition and editing of tags/cards, reporting • Generation and acknowledgement of system alarms • Door controllers and door functions • Readers, door monitoring contacts and exit buttons. • Alarm control functions on fire doors and other auxiliary alarm points.

Lot value (estimated)

  • £120,000 excluding VAT
  • £144,000 including VAT

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0006. Lot 6 - Cables, Cabinets, Accessories (1)

Description

• CAT 5E, CAT 6 Ethernet cabling and patch leads Fibre cabling • Power sockets/leads • Data cabinets

Lot value (estimated)

  • £90,000 excluding VAT
  • £108,000 including VAT

Contract locations

  • UK - United Kingdom

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0007. Lot 7 - Intercom Door/Systems (1)

Description

• IP based Intercom Systems Including the following manufacturers: Axis, Hikvision & Paxton • Multi occupancy Intercom systems including equipment by the following manufacturers: Entrotech, Videx & Aiphone

Lot value (estimated)

  • £90,000 excluding VAT
  • £108,000 including VAT

Contract locations

  • UK - United Kingdom

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot LOT-0008. Lot 8 - Computer Components (1)

Description

• P.C Motherboards • P.C Monitors • P.C Hard Drives • P.C Processors • P.C Cases • P.C software and peripherals

Lot value (estimated)

  • £45,000 excluding VAT
  • £54,000 including VAT

Contract locations

  • UK - United Kingdom

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Participation

Legal and financial capacity conditions of participation

Lot LOT-0001. Lot 1- Specified manufacture equipment

Lot LOT-0002. Lot 2 - CCTV

This tender will include a Conditions of Participation stage which will assess the capacity of tenderers. Tenderers who fail to meet these requirements will not have their tenders assessed further.

Lot LOT-0003. Lot 3 - Video Recorders & Video Management Systems (1)

Lot LOT-0004. Lot 4 - Intruder alarm systems (1)

Lot LOT-0005. Lot 5 - Door access control/intercom systems (1)

Lot LOT-0006. Lot 6 - Cables, Cabinets, Accessories (1)

Lot LOT-0007. Lot 7 - Intercom Door/Systems (1)

Lot LOT-0008. Lot 8 - Computer Components (1)

This contract is being tendered on the basis that an extension of one period of 12 months may be offered.

Technical ability conditions of participation

Lot LOT-0001. Lot 1- Specified manufacture equipment

Lot LOT-0002. Lot 2 - CCTV

Lot LOT-0003. Lot 3 - Video Recorders & Video Management Systems (1)

Lot LOT-0004. Lot 4 - Intruder alarm systems (1)

Lot LOT-0005. Lot 5 - Door access control/intercom systems (1)

Lot LOT-0006. Lot 6 - Cables, Cabinets, Accessories (1)

Lot LOT-0007. Lot 7 - Intercom Door/Systems (1)

Lot LOT-0008. Lot 8 - Computer Components (1)

This tender will include a Conditions of Participation stage which will assess technical and professional capability. Tenderers who fail to meet the minimum pass threshold of 50% will not have their tenders assessed further.

Particular suitability

Lot LOT-0001. Lot 1- Specified manufacture equipment

Lot LOT-0002. Lot 2 - CCTV

Lot LOT-0003. Lot 3 - Video Recorders & Video Management Systems (1)

Lot LOT-0004. Lot 4 - Intruder alarm systems (1)

Lot LOT-0005. Lot 5 - Door access control/intercom systems (1)

Lot LOT-0006. Lot 6 - Cables, Cabinets, Accessories (1)

Lot LOT-0007. Lot 7 - Intercom Door/Systems (1)

Lot LOT-0008. Lot 8 - Computer Components (1)

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

5 August 2025, 5:00pm

Tender submission deadline

10 September 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

18 September 2025


Award criteria

Lot LOT-0001. Lot 1- Specified manufacture equipment

Lot LOT-0004. Lot 4 - Intruder alarm systems (1)

Lot LOT-0006. Lot 6 - Cables, Cabinets, Accessories (1)

Lot LOT-0007. Lot 7 - Intercom Door/Systems (1)

Lot LOT-0008. Lot 8 - Computer Components (1)

This table displays the award criteria of the lot
Name Description Type
1 Returns/Recalls

Please explain how you will deal with product recalls effectively. This is where the manufacturer has requested the return of a product for repair/replacement after a safety issue or defect has been...

Quality
2a. Deliveries

How will you deal with urgent orders in accordance with section 2.1.4 within the specification? Please include details to show how you will communicate in an effective and proactive manner with the...

Quality
2b. Deliveries

Please detail how your organisation will ensure on-time deliveries and minimise lead times as part of this contract (in accordance with section 2.1.4 within the specification).

Quality
3 Environment and Sustainability

Please explain how will you ensure that due diligence and consideration are given to environmental factors and sustainability, including but not limited to, reduction of emissions, reduction of single...

Quality
4 Design Services

Please explain how your company will support the Council with any required design services. This includes but is not limited to, the installation design of the electronic security item(s), assisting...

Quality
Social Value

Social Value offer.

Quality
Price

Submissions reaching the minimum 50% threshold will then be evaluated on price only.

Price

Weighting description

This tender is being evaluated on a quality/price separated basis and therefore the contract will be awarded to the tenderer who meets the minimum overall quality threshold of 50% and submits the lowest price.

Lot LOT-0002. Lot 2 - CCTV

Lot LOT-0005. Lot 5 - Door access control/intercom systems (1)

This table displays the award criteria of the lot
Name Description Type
1 Returns/Recalls

Please explain how you will deal with product recalls effectively. This is where the manufacturer has requested the return of a product for repair/replacement after a safety issue or defect has been...

Quality
2a. Deliveries

How will you deal with urgent orders in accordance with section 2.1.4 within the specification? Please include details to show how you will communicate in an effective and proactive manner with the...

Quality
2b. Deliveries

Please detail how your organisation will ensure on-time deliveries and minimise lead times as part of this contract (in accordance with section 2.1.4 within the specification).

Quality
3 Environment and Sustainability

Please explain how will you ensure that due diligence and consideration are given to environmental factors and sustainability, including but not limited to, reduction of emissions, reduction of single...

Quality
4 Design Services

Please explain how your company will support the Council with any required design services. This includes but is not limited to, the installation design of the electronic security item(s), assisting...

Quality
Social Value

Social Value offer

Quality
Price

Submissions reaching the minimum 50% threshold will then be evaluated on price only.

Price

Weighting description

This tender is being evaluated on a quality/price separated basis and therefore the contract will be awarded to the tenderer who meets the minimum overall quality threshold of 50% and submits the lowest price

Lot LOT-0003. Lot 3 - Video Recorders & Video Management Systems (1)

This table displays the award criteria of the lot
Name Description Type
1 Returns/Recalls

Please explain how you will deal with product recalls effectively. This is where the manufacturer has requested the return of a product for repair/replacement after a safety issue or defect has been...

Quality
2a. Deliveries

How will you deal with urgent orders in accordance with section 2.1.4 within the specification? Please include details to show how you will communicate in an effective and proactive manner with the...

Quality
2b. Deliveries

Please detail how your organisation will ensure on-time deliveries and minimise lead times as part of this contract (in accordance with section 2.1.4 within the specification).

Quality
3 Environment and Sustainability

Please explain how will you ensure that due diligence and consideration are given to environmental factors and sustainability, including but not limited to, reduction of emissions, reduction of single...

Quality
4 Design Services

Please explain how your company will support the Council with any required design services. This includes but is not limited to, the installation design of the electronic security item(s), assisting...

Quality
Social Value

Social Value offer.

Quality
Price

Submissions reaching the minimum 50% threshold will then be evaluated on price only.

Quality

Weighting description

This tender is being evaluated on a quality/price separated basis and therefore the contract will be awarded to the tenderer who meets the minimum overall quality threshold of 50% and submits the lowest price


Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Contracting authority

Leeds City Council

  • Public Procurement Organisation Number: PJYG-6658-PPMY

Civic Hall, 3rd Floor West,

Leeds

LS1 1UR

United Kingdom

Contact name: Simon Thorpe

Telephone: +44 01130000000

Email: Simon.Thorpe@leeds.gov.uk

Website: https://www.leeds.gov.uk/

Region: UKE42 - Leeds

Organisation type: Public authority - sub-central government