Tender

Provision of Public Space CCTV Installations / Upgrades With Planned & Reactive Maintenance Services

  • Argyll and Bute Council

F02: Contract notice

Notice identifier: 2025/S 000-056259

Procurement identifier (OCID): ocds-h6vhtk-059992

Published 12 September 2025, 3:00pm



Section one: Contracting authority

one.1) Name and addresses

Argyll and Bute Council

Kilmory

Lochgilphead

PA31 8RT

Contact

Annabel Travers

Email

Annabel.Travers@argyll-bute.gov.uk

Telephone

+44 1546604337

Country

United Kingdom

NUTS code

UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute

Internet address(es)

Main address

http://www.argyll-bute.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00063

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Provision of Public Space CCTV Installations / Upgrades With Planned & Reactive Maintenance Services

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

Argyll and Bute Council is seeking a Contractor to deliver a comprehensive Public Space CCTV installation / upgrade, commissioning, training, handover and maintenance Service.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM63 - Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute
Main site or place of performance

The area of Argyll and Bute

two.2.4) Description of the procurement

Argyll and Bute Council is seeking a Contractor to deliver a comprehensive Public Space CCTV installation / upgrade, commissioning, training, handover and maintenance Service.

two.2.5) Award criteria

Quality criterion - Name: Design Approach / Weighting: 15

Quality criterion - Name: Installation / Upgrade & Commissioning Strategy / Weighting: 5

Quality criterion - Name: Maintenance Protocals / Weighting: 5

Quality criterion - Name: Training and Handover Process / Weighting: 10

Quality criterion - Name: Innovation and Future-Proofing / Weighting: 2.5

Quality criterion - Name: Community Benefits / Weighting: 2.5

Quality criterion - Name: Fair Work Practices / Weighting: 0

Quality criterion - Name: Prompt Payment Performance / Weighting: 0

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Start date

17 November 2025

End date

28 February 2030

This contract is subject to renewal

Yes

Description of renewals

With two further options to extend, two years and two years, subject to satisfactory performance of the Contract.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

Scope to include additional CCTV installation / upgrade, commissioning, training, handover and maintenance.

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

As stated within the Invitation to Tender document.

three.1.2) Economic and financial standing

List and brief description of selection criteria

As below

Minimum level(s) of standards possibly required

The Tenderer should provide its (“general”) yearly turnover of 880,000 GBP for the last three years or the Tenderer should provide its average yearly turnover for the last three years

The Tenderer confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice:

Professional Indemnity Insurance = 5M GBP in aggregate for a period of 12 years after the Contract End Date

Employer’s (Compulsory) Liability Insurance = 5M GBP each and every occurrence

Public / Products Liability Insurance = 5M GBP each and every occurrence

Motor Vehicle Insurance

Contracts Works / Contractors All Risks Cover = Contract Value

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

As stated within the Invitation to Tender document


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

17 October 2025

Local time

9:00am

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: 120 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 October 2025

Local time

12:00pm

Place

On-line via PCS Post-box


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Between four and six years from award

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=810093.

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.

(SC Ref:810093)

six.4) Procedures for review

six.4.1) Review body

Oban Sheriff Court

Sheriff Court House, Albany Street

Oban

PA34 4AL

Email

oban@scotcourts.gov.uk

Telephone

+44 1631562414

Fax

+44 1631562037

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers or risks suffering loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the Find a Tender Service or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.