Scope
Description
The Islington Council is to procure a single supplier framework agreement to enable delivery of high-quality CCTV supply, installation and maintenance services, including three other boroughs.
The network of CCTV cameras operating in public areas is an integral part of the council's approach to crime detection and prevention, and community safety. It protects the council's assets and the wider community, as well as being used by the Metropolitan Police and other agencies for policing and counter-terrorism purposes.
'A Safe Place to Call Home' is one of the five missions of the council's 'Vision 2030' strategy. Therefore, it is essential that the CCTV system be of a high quality, as well as reliable, to successfully achieve these aims.
A maximum of one supplier will be party to the framework agreement. Call-off contracts from the framework agreement shall follow the terms of the framework agreement including how a call-off contract is concluded. How a call-off contract is concluded is explained within the invitation to tender documentation.
The services will be required by Islington Council and other organisations who may access the framework agreement. Those organisations are:
• London Borough of Ealing
• London Borough of Hounslow
• London Borough of Southwark
Commercial tool
Establishes a framework
Contract 1
Supplier
Contract value
- £13,000,000 excluding VAT
- £15,600,000 including VAT
Above the relevant threshold
Award decision date
29 January 2026
Date assessment summaries were sent to tenderers
30 January 2026
Standstill period
- End: 10 February 2026
- 8 working days
Earliest date the contract will be signed
2 March 2026
Contract dates (estimated)
- 1 April 2026 to 31 March 2030
- 4 years
Main procurement category
Services
CPV classifications
- 35000000 - Security, fire-fighting, police and defence equipment
- 50000000 - Repair and maintenance services
Contract locations
- UK - United Kingdom
Information about tenders
- 5 tenders received
- 3 tenders assessed in the final stage:
- 1 submitted by small and medium-sized enterprises (SME)
- 0 submitted by voluntary, community and social enterprises (VCSE)
- 1 supplier awarded contracts
- 2 suppliers unsuccessful (details included for contracts over £5 million)
Unsuccessful suppliers
Procedure
Procedure type
Open procedure
Special regime
Light touch
Suppliers
DENNIS JOHNS SERVICE GROUP LIMITED
- Companies House: 07944282
- Public Procurement Organisation Number: PRND-8982-THYT
Unit A2 Leyton Industrial Village
London
E10 7QP
United Kingdom
Website: http://www.dennisjohns.com
Region: UKI53 - Redbridge and Waltham Forest
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
TAYLOR WOODROW INFRASTRUCTURE LIMITED
- Companies House: 14081596
- Public Procurement Organisation Number: PBDW-1634-MDTN
Astral House
Watford
WD24 4WW
United Kingdom
Website: http://www.taylorwoodrow.com
Region: UKH23 - Hertfordshire
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
TYCO FIRE & INTEGRATED SOLUTIONS (UK) LIMITED
- Companies House: 01952517
- Public Procurement Organisation Number: PTDN-2561-DLMP
Tyco Park
Newton Heath
M40 2WL
United Kingdom
Email: bts-emea-bid-support@jci.com
Website: http://www.tyco.com
Region: UKD33 - Manchester
Small or medium-sized enterprise (SME): No
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1
Contracting authority
London Borough of Islington
- Public Procurement Organisation Number: PBMD-2513-CWJJ
Islington Town Hall, Upper Street, Islington
London
N1 2UD
United Kingdom
Email: procurement@islington.gov.uk
Website: https://www.islington.gov.uk
Region: UKI43 - Haringey and Islington
Organisation type: Public authority - sub-central government