Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Supply of CCTV, Access Solutions & Security Services Y24007

  • First published: 12 March 2025
  • Last modified: 12 March 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04e299
Published by:
Kent County Council (t/a Procurement Services)
Authority ID:
AA83755
Publication date:
12 March 2025
Deadline date:
24 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Framework Agreement is open to all public sector organisations and has been split into Three (3) LOTS.

LOT 1– CCTV, Security & Access Solutions

LOT 2 – Security Services

LOT 3 – Total Security Solutions

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Kent County Council (t/a Procurement Services)

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

UK

Telephone: +44 8081685808

E-mail: csgprocurement@csltd.org.uk

NUTS: UK

Internet address(es)

Main address: https://www.commercialservices.org.uk/

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://www.delta-esourcing.com/tenders/UK-UK-West-Malling:-Surveillance-and-security-systems-and-devices./XMFW3A24B4


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply of CCTV, Access Solutions & Security Services Y24007

Reference number: Y24007

II.1.2) Main CPV code

35120000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This Framework Agreement is open to all public sector organisations and has been split into Three (3) LOTS.

LOT 1– CCTV, Security & Access Solutions

LOT 2 – Security Services

LOT 3 – Total Security Solutions

II.1.5) Estimated total value

Value excluding VAT: 100 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

CCTV, Security & Access Solutions

II.2.2) Additional CPV code(s)

35120000

32235000

35121000

35121300

35125300

32231000

32234000

35000000

35100000

50600000

50610000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the provision of technical solutions, including the maintenance and management of, and may include but is not limited to:

•Access Control Systems 

•Artificial Intelligence Surveillance Technologies  

•Automated Gates and Barriers 

•Automatic Number Plate Recognitions (ANPR) Cameras 

•Biometric Access Systems 

•Body Worn Video (BWV) Cameras 

•CCTV and Alarm Monitoring  

•Facial Recognition Cameras 

•Image Recognition Applications 

•Image Recording and Archiving 

•Intruder Detection Systems (Motion Detection) 

•Perimeter Protection 

•Private Space Surveillance Systems 

•Public Space Surveillance Systems 

•Security Lighting  

•Supply of Software as Required 

•Thermal Imaging Devices 

•Video Analytics 

•Visitor Management Systems 

•Window and Door Sensors 

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 25 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

All Public Bodies will have access to this Framework Agreement with the agreement with the

Contracting Authority. Those organisations who wish to access this Framework Agreement

are detailed in the Invitation to Tender document.

Lot No: 2

II.2.1) Title

Security Services

II.2.2) Additional CPV code(s)

35000000

35100000

35120000

35121000

35121300

35125300

44212329

35121700

79710000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the provision of manned security Services, and may include but is not limited to the following:

•Alarm Response Centres (ARC)

•Canine Services

•Cash Handling

•CCTV and Alarm Monitoring

•Close Protection

•Controls of Access and Security

•Crowd Management

•Drone Surveillance

•Front of House

•Independent Security Consultancy Service

•Key Holding

•Lock and Unlock Services

•Maintenance of Systems

•Manned Guarding Services

•Mobile Security Patrols

•Property Checks

•Reactive Security

•Remote Services (Maintenance and Health Checks)

•Risk Assessment & Management

•Special Event Security

•Visitor Management

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 25 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

All Public Bodies will have access to this Framework Agreement with the agreement with the

Contracting Authority. Those organisations who wish to access this Framework Agreement

are detailed in the Invitation to Tender document.

Lot No: 3

II.2.1) Title

Total Security Solutions

II.2.2) Additional CPV code(s)

35000000

35100000

35120000

35121000

35121300

35125300

44212329

32231000

32234000

32235000

31625000

79710000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This LOT is for the supply of a Total Security Solution that includes but is not limited to all elements of LOT 1; CCTV, Security and Access Solutions, and LOT 2; Security Services.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 50 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

All Public Bodies will have access to this Framework Agreement with the agreement with the

Contracting Authority. Those organisations who wish to access this Framework Agreement

are detailed in the Invitation to Tender document.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 24/03/2025

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 48 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 24/03/2025

Local time: 14:15

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://csg.delta-esourcing.com/tenders/UK-UK-West-Malling:-Surveillance-and-security-systems-and-devices./XMFW3A24B4

To respond to this opportunity, please click here:

https://csg.delta-esourcing.com/respond/XMFW3A24B4

GO Reference: GO-2025217-PRO-29457883

VI.4) Procedures for review

VI.4.1) Review body

Kent County Council (t/a Procurement Services)

1 Abbey Wood Road

West Malling

ME19 4YT

UK

Telephone: +44 8081685808

E-mail: csgprocurement@csltd.org.uk

Internet address(es)

URL: https://www.commercialservices.org.uk/

VI.4.2) Body responsible for mediation procedures

Commercial Services

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

UK

Telephone: +44 8081685808

E-mail: csgprocurement@csltd.org.uk

Internet address(es)

URL: https://www.commercialservices.org.uk/

VI.5) Date of dispatch of this notice

17/02/2025

Coding

Commodity categories

ID Title Parent category
35121700 Alarm systems Security equipment
31625000 Burglar and fire alarms Sound or visual signalling apparatus
32235000 Closed-circuit surveillance system Radio transmission apparatus with reception apparatus
32231000 Closed-circuit television apparatus Radio transmission apparatus with reception apparatus
32234000 Closed-circuit television cameras Radio transmission apparatus with reception apparatus
35100000 Emergency and security equipment Security, fire-fighting, police and defence equipment
50600000 Repair and maintenance services of security and defence materials Defence and security
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
35125300 Security cameras Surveillance system
35121000 Security equipment Surveillance and security systems and devices
35121300 Security fittings Security equipment
44212329 Security screens Structural products and parts except prefabricated buildings
79710000 Security services Investigation and security services
35000000 Security, fire-fighting, police and defence equipment Defence and security
35120000 Surveillance and security systems and devices Emergency and security equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
csgprocurement@csltd.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.