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
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
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:
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
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
Telephone
+44 8081685808
Country
United Kingdom