Scope
Reference
2425-0045
Description
The Council intends 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
This services contract is not being divided into lots.
This contract is not being split into lots due to the specific technical requirements of the contract and its specialist nature demanding consistency of delivery across the framework
Further details will be provided in the invitation to tender.
The duration will be 48 months from an estimated start date of 01 April 2026. There will be no option to extend, however, call-off contracts may extend beyond the end date of the framework agreement.
The estimated value of the services that may be awarded by Islington Council under the framework agreement is estimated at between £0 and £4m over the maximum duration of the framework agreement.
The allowed scope for other partners who may join in collaboration will be between £0 to £4m over the duration of the framework agreement.
The total estimated value of services that may be awarded under this framework agreement is £0 to £16m over the duration of the framework agreement.
The council and its partners will be under no obligation to utilise the framework agreement. No guarantee is given towards volume or value of work under this framework agreement.
One provider who submits the Most Advantageous Tender(s) (MAT) in accordance with the Procurement Act 2023 will be party to the framework agreement.
Tenders for this framework agreement will be assessed against the following award criteria:
Cost/price: 40%
Quality: 60%
Quality made up of:
20% - Proposed approach to social value
10% - Proposed approach to varying work volumes and priorities
10% - Proposed approach to health and safety
10% - Proposed approach to quality management
10% - Proposed approach to mobilisation, resourcing and service delivery
Total 100%
Further details will be provided in the invitation to tender.
The deadline for expressions of interest is: 11.59am Monday 28 July 2025
The deadline for submission of tender documents is: 12 noon Monday 28 July 2025
Late submissions may not be accepted.
Total value (estimated)
- £16,000,000 excluding VAT
- £19,200,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 30 March 2030
- 3 years, 11 months, 30 days
Main procurement category
Goods
CPV classifications
- 35120000 - Surveillance and security systems and devices
Submission
Tender submission deadline
28 July 2025, 12:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
18 November 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Quality | Quality Weighting |
Quality | 60% |
Cost | Cost weighting |
Cost | 40% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Islington
- Public Procurement Organisation Number: PBMD-2513-CWJJ
Islington Town Hall, Upper Street
London
N1 2UD
United Kingdom
Contact name: Strategic Procurement
Email: Procurement@islington.gov.uk
Website: https://www.islington.gov.uk
Region: UKI43 - Haringey and Islington
Organisation type: Public authority - sub-central government