CCTV-Installation, Repair and Maintenance- Corporate & Housing

Award

Value

£0

Suppliers

Classifications

  • Surveillance and security systems and devices

Tags

  • award

Submission Deadline

11 months ago

Published

5 months ago

Description

The specification requires service providers to be able to supply,deliver,commission, carry out repairs, maintenance and servicing of various CCTV Systems across the Council's property portfolio and for external clients. This includes: Any Control Room/remote secure facilities at a particular site /building  All fibre/wireless cameras, lenses, housings, wipers, heaters, Pan Tilt Zoom (PTZ) heads, telemetry receivers,display walls,client machines,monitors,servers,computer hardware/software equipment,all alarm activation types i.e. Galaxy  Camera mounting columns, brackets, posts, anti-vandal systems, the integrity of supporting structures, bases and fixings. Cabling & fibre network including terminations and all containments systems Electrical integrity of all required power supplies Any UPS systems in place

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

2425-0045 CCTV - The Supply Installation and Maintenance of Equipment

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.

Katy Reed

Published 1 week ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Maherun Choudhury

[email protected]

+44 01142734567

Timeline complete

Publish
Bid
Evaluate
Award
Complete