Tender

Supply of CCTV, Access Solutions & Security Services Y24007

  • Kent County Council (t/a Procurement Services)

F02: Contract notice

Notice identifier: 2025/S 000-005344

Procurement identifier (OCID): ocds-h6vhtk-04e299

Published 17 February 2025, 12:05pm



Section one: Contracting authority

one.1) Name and addresses

Kent County Council (t/a Procurement Services)

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement@csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

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

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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

Supply of CCTV, Access Solutions & Security Services Y24007

Reference number

Y24007

two.1.2) Main CPV code

  • 35120000 - Surveillance and security systems and devices

two.1.3) Type of contract

Supplies

two.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

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

CCTV, Security & Access Solutions

Lot No

1

two.2.2) Additional CPV code(s)

  • 35120000 - Surveillance and security systems and devices
  • 32235000 - Closed-circuit surveillance system
  • 35121000 - Security equipment
  • 35121300 - Security fittings
  • 35125300 - Security cameras
  • 32231000 - Closed-circuit television apparatus
  • 32234000 - Closed-circuit television cameras
  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 50600000 - Repair and maintenance services of security and defence materials
  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.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 

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £25,000,000

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

Duration in months

48

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

two.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.

two.2) Description

two.2.1) Title

Security Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35121300 - Security fittings
  • 35125300 - Security cameras
  • 44212329 - Security screens
  • 35121700 - Alarm systems
  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.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

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £25,000,000

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

Duration in months

48

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

two.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.

two.2) Description

two.2.1) Title

Total Security Solutions

Lot No

3

two.2.2) Additional CPV code(s)

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 35100000 - Emergency and security equipment
  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35121300 - Security fittings
  • 35125300 - Security cameras
  • 44212329 - Security screens
  • 32231000 - Closed-circuit television apparatus
  • 32234000 - Closed-circuit television cameras
  • 32235000 - Closed-circuit surveillance system
  • 31625000 - Burglar and fire alarms
  • 79710000 - Security services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.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.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £50,000,000

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

Duration in months

48

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

two.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

24 March 2025

Local time

2:00pm

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

four.2.7) Conditions for opening of tenders

Date

24 March 2025

Local time

2:15pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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

six.4) Procedures for review

six.4.1) Review body

Kent County Council (t/a Procurement Services)

1 Abbey Wood Road

West Malling

ME19 4YT

Email

csgprocurement@csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Internet address

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

six.4.2) Body responsible for mediation procedures

Commercial Services

1 Abbey Wood Road, Kings Hill

West Malling

ME19 4YT

Email

csgprocurement@csltd.org.uk

Telephone

+44 8081685808

Country

United Kingdom

Internet address

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