Planning

Framework Agreement for the Provision of CCTV Services

  • Caerphilly County Borough Council

UK3: Planned procurement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-071591

Procurement identifier (OCID): ocds-h6vhtk-05dbbd

Published 6 November 2025, 12:13pm



Scope

Reference

TBC

Description

Caerphilly County Borough Council is notifying the market of the intention to establish a Framework for CCTV Related Services

The purpose of this Framework is to support the Authority to deliver a range of CCTV Related Services such as:

- Supplying CCTV Equipment to Council Owned Establishments,

- Maintenance and Servicing to the CCTV Control Room and Digital and Analogue Cameras connected to the sites.

- Maintenance and Servicing to existing Digital and Analogue CCTV systems for Council owned Establishments

- Provision of CCTV Consultancy Services with regards to new and existing CCTV Installations and any other consultancy work as required

- Purchase of Wireless CCTV Equipment for Mobile Deployment

Full details shall be confirmed at the time of tender

Commercial tool

Establishes a framework

Total value (estimated)

  • £1,552,000 excluding VAT
  • £1,862,400 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 31 March 2026 to 30 March 2029
  • 3 years

Main procurement category

Services

CPV classifications

  • 79700000 - Investigation and security services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 50312300 - Maintenance and repair of data network equipment
  • 50312320 - Repair of data network equipment
  • 50312600 - Maintenance and repair of information technology equipment
  • 50312620 - Repair of information technology equipment
  • 50343000 - Repair and maintenance services of video equipment

Contract locations

  • UKL16 - Gwent Valleys

Lot constraints

Description of how multiple lots may be awarded:

All LOTs will be evaluated on a Cost / Quality basis.


Lot 1. Supply and installation of CCTV Equipment to Council owned Establishments

Description

• This LOT will have a maximum of six providers who will be required to quote for work on a lowest cost to specification mini competition basis based on the specification given by the Lot 5 provider following recommendations being approved by CCBC. Tender documents to be made available once issued.

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Maintenance and Servicing to Main Digital and Analogue CCTV systems, Mobile CCTV Van and Control Room

Description

This Lot will have a single provider who will be required to carry out the maintenance and servicing as per the tender specification.

The scope of the works for this contract includes comprehensive maintenance service with response to all service requests within 8 hours between the hours of 08.00 and 18.00, Monday to Saturday inclusive and rectification of faults or replacement of parts within 48 hours six days a week. The additional cost for the option of a seven day a week Comprehensive maintenance between the hours of 08.00 and 18.00 should also be given in the fixed price schedule. Tender documents to be made available once issued.

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Maintenance and Servicing to existing Digital and Analogue CCTV systems for Council owned Establishments (not part of LOT 2)

Description

This Lot will have a single provider who will be required to carry out the maintenance and servicing as per the tender specification.

There are in excess of 100 CCBC sites including schools and depots that may require preventative maintenance. As the type and numbers of CCTV equipment is not known at each site.

It may be necessary to respond to faults before and after the preventative visit these will also be on a chargeable basis where appropriate. At the preventative visit it will be necessary for the contractor to carry out the tasks listed under the maintenance specification for camera sites, it is also a requirement to test if installed the full function of the HIK system and any communications that may be in place. Tender documents to be made available once issued.

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 4. Provision of CCTV Consultancy Services with regards to new and existing CCTV Installations and any other consultancy work as required

Description

This Lot will be awarded to a single bidder who will be required to provide detailed specifications and recommendations.

Providers shall have a wide range of experience in CCTV and related electronic security systems over a number of years particularly with local authorities. Experience should cover planning, design, costing, project management, certifying projects, commissioning, etc. Tender documents to be made available once issued.

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 5. Purchase of Wireless CCTV Equipment for Mobile Deployment and renewal of network charges for existing cameras.

Description

This Lot will be awarded to a single bidder who will be required to provide detailed specifications and recommendations.

To provide goods such as CCTV equipment and the renewal of network charges. Tender documents to be made available once issued.

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

1

Maximum percentage fee charged to suppliers

0%

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Establishing party only


Submission

Publication date of tender notice (estimated)

5 December 2025

Enquiry deadline

6 January 2026, 5:00pm

Tender submission deadline

13 January 2026, 12:00pm

Tenders may be submitted electronically

Yes

Languages that may be used for submission

  • Welsh
  • English

Award decision date (estimated)

31 March 2026


Procedure

Procedure type

Open procedure


Contracting authority

Caerphilly County Borough Council

  • Public Procurement Organisation Number: PWHP-2369-JPYL

Penallta House, Tredomen Park

Hengoed

CF82 7PG

United Kingdom

Contact name: Thomas Young

Telephone: 01443863108

Email: youngt@caerphilly.gov.uk

Website: https://www.caerphilly.gov.uk

Region: UKL16 - Gwent Valleys

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales