Scope
Reference
CO6091
Description
The procurement will provide the Council with a single Contractor to provide CCTV Maintenance. The contract will cover planned and reactive maintenance works of all CCTV cameras, control room and radio system. The current scope of services includes weekly visits to the Borough as well as a 24-hour call-out response and minor programming changes as and when required. Additional ad-hoc costs are incurred for new installations e.g. installation of a new camera. The call-out response (24-hour cover, 4-hour response and 24 hours best endeavour repairs) has proved invaluable in previous ICT network failures and is therefore a critical service for business continuity. This service is also utilised by other departments across the Council.
Total value (estimated)
- £920,000 excluding VAT
- £1,104,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 31 March 2026 to 30 March 2029
- Possible extension to 30 March 2030
- 4 years
Description of possible extension:
1 x 12 month extension available
Main procurement category
Services
CPV classifications
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 92222000 - Closed circuit television services
Contract locations
- UKI - London
Participation
Legal and financial capacity conditions of participation
The legal and financial capacity conditions of participation will be clearly set out in the Invitation to Tender document.
Technical ability conditions of participation
The technical ability conditions of participation will be clearly set out in the Invitation to Tender document.
Particular suitability
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
22 December 2025, 5:00pm
Tender submission deadline
12 January 2026, 12:00pm
Submission address and any special instructions
https://www.londontenders.org/
All bidders need to be registered on Proactis/Due North in order to access this opportunity through the London Tenders portal.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
12 February 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality & Social Value | Quality = 60% Social Value = 10% |
Quality | 70.00% |
| Price | Price is not the only criterion |
Price | 30.00% |
Other information
Payment terms
These will be clearly set out in the tender documentation
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Justification for not publishing a preliminary market engagement notice
A preliminary market engagement notice was not published for this procurement as sufficient engagement and research had already been undertaken prior to the tender process. Informal consultations were carried out during the project planning stage to assess supplier capability, service delivery approaches, and indicative costs. It was determined that a further formal preliminary market engagement would not add produce new insights. Proceeding directly to tender was therefore considered a proportionate and efficient approach that maintains both transparency and value for money.
Contracting authority
Tower Hamlets
- Public Procurement Organisation Number: PQBL-2673-MVYG
New Town Hall
London
E1 1BJ
United Kingdom
Contact name: Morgan Hughes
Telephone: +447342933523
Email: morgan.hughes@towerhamlets.gov.uk
Website: http://www.towerhamlets.gov.uk
Region: UKI42 - Tower Hamlets
Organisation type: Public authority - sub-central government