CO6092 - CCTV Operators Contract

Open

Buyers

Value

£3,052,000

Classifications

  • Closed circuit television services
  • Radio, television, communication, telecommunication and related equipment

Tags

  • tender

Submission Deadline

3 weeks from now

Published

1 week ago

Description

This procurement will provide the Council with a single Contractor to provide CCTV Operators for 24/7 monitoring of the Borough’s CCTV system CCTV for Housing and other third parties, provide ancillary Control Room services including receiving calls regarding noise complaints, telephone response services, alarm monitoring, environmental enforcement, ANPR, key handling etc.
The Council’s CCTV system, a statutory service, has recently benefitted from a capital investment of £3.9m with £895,000 to ensure the CCTV Command and Control Centre has the latest equipment including a bespoke, state of the art LED Video Wall Display Unit capable of monitoring 42 cameras at any time. All 350 street-based cameras have been upgraded from analogue to digital, improving the image quality and zoom function and to help track and catch those suspected of being involved in crime. The network equipment and infrastructure has also been upgraded to support the new cameras. The work has been carried out in phases and was completed in April 2024.The prioritisation of the CCTV Transformation programme with resources fully deployed to support this has meant a lack of sufficient capacity to dedicate to the procurement of the now expired CCTV contracts (CCTV Operators, Fibre & Network Maintenance & CCTV System Maintenance).

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Bypass the hassle of outdated portals.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

AP25020 - Security Services Contract

Scape Group Ltd, acting on behalf of Arc Property Services Limited (the “Client”), is procuring a single supplier to provide comprehensive security services across various operational sites primarily within Nottinghamshire, with potential coverage extending into Derbyshire, South Yorkshire and Leicestershire. The contract will include the provision of: • Key holding and alarm response services, including secure storage of keys and rapid attendance to alarm activations. • Vacant property inspection and monitoring services, ensuring integrity, safety and security of unoccupied premises. • Static guarding services, providing on-site security officers responsible for access control, patrols and incident management. • Mobile patrol and mobile guarding services, including scheduled and reactive visits, lock/unlock duties and emergency response. • Provision of temporary monitoring equipment for CCTV, intruder and fire alarms (on an as and when required basis). The successful Contractor will be responsible for delivering all services in accordance with agreed service levels, performance standards and reporting requirements. The overarching contractual arrangement will be an NEC4 Term Service Short Contract. The contract will be awarded for an initial two (2) year term, with options to extend by further periods of two (2) years up to a maximum total duration of six (6) years (2 + 2 + 2), with break clauses at each two-year interval. Only one Contractor will be appointed to deliver the full scope under a single Contract. TUPE regulations are expected to apply to one (1) existing member of staff currently engaged in the service provision. Arc Property Services Limited undertakes these services on behalf of its customers, including Nottinghamshire County Council and associated public sector partners. The procurement will be conducted in accordance with the Procurement Act 2023 and relevant subordinate legislation. The Contract will be awarded on the basis of Most Advantageous Tender (MAT). Bidders must pass the selection criteria, provide prices within the commercial model and return completed answers to the quality questions asked. Points will be awarded on a price/quality assessment basis (30% price / 70% quality), with the bidder who is award the highest marks being award the Contract. Full details can be found within the tender documents available for free via the Delta eSourcing website. To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=985510459

Katy Reed

Published 1 hour ago
Open

Extending High Speed Broadband Framework Agreement

Procurement The Welsh Government (the "Authority") is conducting a procurement to establish an open framework (the "Framework") to deliver the Extending High Speed Broadband ("EHSB") project. Once the Framework is established, the Authority intends to award a series of call-off contracts (following individual competitive selection processes), that will provide grant funding to telecoms suppliers to cover the "gap" in costs that are required to deliver superfast connections to communities / premises in Wales that would not otherwise be served by commercial operators under normal market conditions, due to the high infrastructure cost of building connections to those "hard to reach" communities / premises. Grants made under the call-off contracts are out of scope for the purposes of VAT. Coverage The Authority’s 2022 open market review identified that around 84,000 premises within Wales did not have access to superfast download speeds (at least 30Mbps) exacerbating the digital divide. Ofcom has previously stated that a subset of these (around 10,000 premises) do not yet have access to at least 10Mbps. Despite the efforts of the telecommunications industry and public sector interventions, there are still premises in Wales that do not have access to at least superfast broadband speeds. The Authority has therefore developed the EHSB project to address this gap and provide fast and reliable broadband to those premises. Whilst the Authority is confident that the number of premises without superfast download speeds has drastically reduced since the 2022 open market review (as the scope of commercial and other public sector deployments, including Project Gigabit, have become clearer), the Authority anticipates that the number of premises that are currently in scope of the Framework is in the region of 29,000 premises. The current, indicative list of eligible premises that are anticipated to be in scope for the Framework will be subject to refinement/update during the duration of the Framework (for example, to reflect any premises which may be addressed by other interventions). The premises that are in-scope for each call-off contract will be confirmed in the relevant request for proposals issued under the Framework. Additional Information The Authority expects the Framework will have two lots. The first lot will be for projects that require the installation of broadband network infrastructure to 1,000 premises and over. The second lot will be for projects that require the installation of broadband network infrastructure to under 1,000 premises. Suppliers are permitted to apply for either or both lots. The Authority expects the first Framework will commence early 2026 with the first call-off contract under the Framework being awarded shortly thereafter. The estimated total value set out in this notice is in respect of all call-off contracts that may be awarded under the Framework. At this stage, it is an estimate only and is in no way guaranteed or final. The associated tender documents for this opportunity contain more specific information. The dates and total duration for the Framework and any call-off contracts referred to in this notice are also estimates and for illustrative purposes only.

Katy Reed

Published 5 days ago

AI Bid Assistant

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

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete