← Back to opportunities

Security CCTV & Fire Alarm Systems TMC

West Lothian Council

Buyer Contact Info

Buyer Name: West Lothian Council

Buyer Address: West Lothian Civic Centre, Howden South Road, Livingston, UKM78, EH54 6FF

Contact Name: Gordon Ferguson

Contact Email: gordon.ferguson@westlothian.gov.uk

Contact Telephone: +44 1506281814

Status
active
Procedure
open
Value
2500000.0 GBP
Published
07 Apr 2025, 00:00
Deadline
07 May 2025, 12:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
35120000
Region
n/a
Awarded To
n/a
Official Source
Open Public Contracts Scotland

Description

Security CCTV & Fire Alarm Systems: maintenance, installation, monitoring and repair of these systems

Linked Documents

Some PCS documents require login and recording interest on the source portal before download links are available.

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR527752

Link Title: Security CCTV & Fire Alarm Systems TMC

Link Description: Security CCTV & Fire Alarm Systems: maintenance, installation, monitoring and repair of these systems

Lots

Lot Description: There is a requirement for council buildings to be protected by CCTV, intruder and fire alarm systems. The current contract is due to expire at the end of Q1 2025. Therefore, a new contract needs to be put in place to cover the maintenance, installation, monitoring and repair of these systems to ensure this protection system is fully operational and effective. N/A

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Award Criterion (quality): Resourcing

Documents

Document Title: Security CCTV & Fire Alarm Systems TMC

Document Description: Security CCTV & Fire Alarm Systems: maintenance, installation, monitoring and repair of these systems

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "org-92",
    "name": "West Lothian Council"
  },
  "date": "2025-04-07T00:00:00Z",
  "description": "Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.\r\n If bidders intend to use a supply chain to deliver the requirements detailed in II.2.4 in the Find a Tender Service, Contract Notice or relevant section of the Site Notice, they should 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:\r\n a) their standard payment terms\r\n b) \u00e2\u0089\u00a595% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year\r\n If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.\r\n CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except\r\n insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the\r\n Authority will similarly be treated in confidence except:\r\n (i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of\r\n Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities\u00e2\u0080\u0099 information.\r\n The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor.\r\n (ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;\r\n (iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the\r\n Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.\r\n A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\r\n The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28898. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\r\n Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\r\n A summary of the expected community benefits has been provided as follows:\r\n Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\r\n A summary of the expected community benefits has been provided as follows:\r\n Please note: Community Benefits proposals will form part of the award criteria and will be evaluated and will be contractual obligations. For further procurement information visit the link below. West Lothian Council - Community Benefits in Procurement\r\n (SC Ref:759278)\r\n (SC Ref:794405)",
  "id": "rls-63-APR527752",
  "initiationType": "tender",
  "language": "EN",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000794405",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-r6ebe6-0000794405",
  "parties": [
    {
      "address": {
        "locality": "Livingston",
        "postalCode": "EH54 6FF",
        "region": "UKM78",
        "streetAddress": "West Lothian Civic Centre, Howden South Road"
      },
      "contactPoint": {
        "email": "gordon.ferguson@westlothian.gov.uk",
        "faxNumber": "+44 1506281325",
        "name": "Gordon Ferguson",
        "telephone": "+44 1506281814",
        "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
      },
      "details": {
        "classifications": [
          {
            "id": "Regional or local authority",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          },
          {
            "description": "Public order and safety",
            "id": "03",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.westlothian.gov.uk"
      },
      "id": "org-92",
      "identifier": {
        "legalName": "West Lothian Council"
      },
      "name": "West Lothian Council",
      "roles": [
        "buyer",
        "centralPurchasingBody"
      ]
    },
    {
      "address": {
        "locality": "Livingston",
        "postalCode": "EH54 6FF",
        "streetAddress": "West Lothian Civic Centre, Howden South Road"
      },
      "contactPoint": {
        "url": "http://"
      },
      "id": "org-93",
      "identifier": {
        "legalName": "Livingston Sheriff Courts"
      },
      "name": "Livingston Sheriff Courts",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2025-05-07T12:00:00Z"
    },
    "bidOpening": {
      "address": {
        "streetAddress": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
      },
      "date": "2025-05-07T12:00:00Z"
    },
    "classification": {
      "id": "98000000",
      "scheme": "CPV"
    },
    "contractTerms": {
      "electronicInvoicingPolicy": "allowed",
      "hasElectronicOrdering": true,
      "hasElectronicPayment": true
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "Security CCTV \u0026 Fire Alarm Systems: maintenance, installation, monitoring and repair of these systems",
    "documents": [
      {
        "description": "Security CCTV \u0026 Fire Alarm Systems: maintenance, installation, monitoring and repair of these systems",
        "documentType": "contractNotice",
        "format": "text/html",
        "id": "APR527752",
        "title": "Security CCTV \u0026 Fire Alarm Systems TMC",
        "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR527752"
      }
    ],
    "hasRecurrence": false,
    "id": "CC13986",
    "items": [
      {
        "additionalClassifications": [
          {
            "id": "35120000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "7",
              "name": "Resourcing",
              "type": "quality"
            },
            {
              "description": "60",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 1080
        },
        "description": "There is a requirement for council buildings to be protected by CCTV, intruder and fire alarm systems. The current contract is due to expire at the end of Q1 2025. Therefore, a new contract needs to be put in place to cover the maintenance, installation, monitoring and repair of these systems to ensure this protection system is fully operational and effective. N/A",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "3+1+1"
        },
        "status": "active",
        "submissionTerms": {
          "electronicCataloguePolicy": "required",
          "variantPolicy": "notAllowed"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "otherRequirements": {
      "requiresStaffNamesAndQualifications": true
    },
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "selectionCriteria": {
      "criteria": [
        {
          "description": "Re SPD question 4B.6 West Lothian Council will use Dun and Bradstreet\u00e2\u0080\u0099s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts.\r\n In the event that the tenderer is not required to publish accounts and therefore does not have a Dun \u0026 Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3-year period.\r\n It is recommended that candidates review their own Dun \u0026 Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun \u0026 Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun \u0026 Bradstreet score 50) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer\u00e2\u0080\u0099s financial status.\r\n In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.\r\n Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.",
          "minimum": "Minimum level(s) of standards required:\r\n Employers (compulsory) Liability = 10m GBP\r\n Public Liability = 10m GBP\r\n Product Liability = 5m GBP",
          "type": "economic"
        },
        {
          "description": "List and brief description of selection criteria:\r\n ISO 45001 or equivalent",
          "minimum": "List and brief description of selection criteria:\r\n ISO 45001 or equivalent",
          "type": "technical"
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
    "submissionTerms": {
      "bidValidityPeriod": {
        "durationInDays": 1080
      },
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "electronicAuction": {
        "description": "PCS-T"
      },
      "hasElectronicAuction": true
    },
    "tenderPeriod": {
      "endDate": "2025-05-07T12:00:00Z"
    },
    "title": "Security CCTV \u0026 Fire Alarm Systems TMC",
    "value": {
      "amount": 2500000.0,
      "currency": "GBP"
    }
  }
}