Tender

Service and Maintenance of CCTV Public Spaces

  • Dundee City Council
  • Angus Council
  • Perth & Kinross Council

F02: Contract notice

Notice identifier: 2025/S 000-046281

Procurement identifier (OCID): ocds-h6vhtk-0581ec

Published 5 August 2025, 4:27pm



Section one: Contracting authority

one.1) Name and addresses

Dundee City Council

Dundee House, 50 North Lindsay Street

Dundee

DD1 1QE

Email

lesley.mclauchlan@dundeecity.gov.uk

Telephone

+44 1382433401

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

www.dundeecity.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220

one.1) Name and addresses

Angus Council

Angus House, Orchardbank Business Park

Forfar

DD8 1AN

Email

procurement@angus.gov.uk

Telephone

+44 3452777778

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

http://www.angus.gov.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00236

one.1) Name and addresses

Perth & Kinross Council

2 High Street

Perth

PH1 5PH

Email

contracts@pkc.gov.uk

Telephone

+44 1738475000

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.pkc.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.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.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

Service and Maintenance of CCTV Public Spaces

Reference number

DCC/CD/167/24

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

The Contract for the servicing, maintenance and repair of the current CCTV system includes cameras, their control, recording and monitoring equipment. This will also include the equipment in the Control Room. The Contract shall be administered by Dundee City Council.

two.1.5) Estimated total value

Value excluding VAT: £900,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32234000 - Closed-circuit television cameras
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50343000 - Repair and maintenance services of video equipment

two.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City

two.2.4) Description of the procurement

Servicing and maintenance, including repair of the CCTV sytems across Tayside i.e. Angus, Dundee and Perth. The system include cameras, control and monitoring equipment which also includes the equipment in the Police Scotland Control Room.

two.2.5) Award criteria

Quality criterion - Name: Fault Management System / Weighting: 20

Quality criterion - Name: Resourcing of Requirements / Weighting: 15

Quality criterion - Name: Approach to Maintenance Services / Weighting: 10

Quality criterion - Name: Service Delivery Standards / Weighting: 5

Quality criterion - Name: Spare Parts Holding Levels / Weighting: 5

Quality criterion - Name: Specified Community Benefits / Weighting: 2

Quality criterion - Name: Other Community Benefits / Weighting: 1

Quality criterion - Name: Fair Work First / Weighting: 2

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £900,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 December 2025

End date

30 November 2030

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

Bidders must employ a qualified electrician to provide the service and shall liaise with the Purchaser to deliver this service. Contractors must ensure that their electrical engineers are current members of the NICEIC

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability. Additional information Where the Tenderer does not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability. See full details in Appendix 1 - Tender Evaluation Methodology and Questionnaire

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

KPIs as Detailed in the Specification of Requirements

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

9 September 2025

Local time

12:00pm

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

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 September 2025

Local time

12:00pm

Place

Electronic Postbox

Information about authorised persons and opening procedure

Lesley McLauchlan, Procurement Team Leader

Chris Murphy, Procurement Category Officer


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

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=806371.

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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Full details contained within the Tender documents

(SC Ref:806371)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=806371

six.4) Procedures for review

six.4.1) Review body

Dundee Sherriff Court and Justice of the Peace Court

Sherriff House, 6 West Bell Street

Dundee

DD1 9AD

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Dundee Sherriff Court and Justice of the Peace Court

Sherriff House, 6 West Bell Street

Dundee

DD1 9AD

Country

United Kingdom

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

Scottish Court Service

Saughton House, Broomhouse Drive

Edinburgh

EH11 3XD

Email

enquiries@scotcourts.gov.uk

Telephone

+44 1314443300

Country

United Kingdom