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