- Lot 1. Supply and installation of CCTV Equipment to Council owned Establishments
- Lot 2. Maintenance and Servicing to Main Digital and Analogue CCTV systems, Mobile CCTV Van and Control Room
- Lot 3. Maintenance and Servicing to existing Digital and Analogue CCTV systems for Council owned Establishments (not part of LOT 2)
- Lot 4. Provision of CCTV Consultancy Services with regards to new and existing CCTV Installations and any other consultancy work as required
- Lot 5. Purchase of Wireless CCTV Equipment for Mobile Deployment and renewal of network charges for existing cameras.
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