Skip to main content.

Procurement Services: Supply of CCTV, Access Solutions & Security Services

  Procurement Services has published this notice through Delta eSourcing

Notice Summary
Title: Supply of CCTV, Access Solutions & Security Services
Notice type: Contract Award Notice
Authority: Procurement Services
Nature of contract: Supplies
Procedure: Open
Short Description: This Framework Agreement is open to all public sector organisations and has been split into Three (3) LOTS. LOT 1– CCTV, Security & Access Solutions LOT 2 – Security Services LOT 3 – Total Security Solutions
Published: 23/09/2025 16:08

View Full Notice

UK-West Malling: Surveillance and security systems and devices.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Kent County Council (T/a Procurement Services)
       1 Abbey Wood Road, West Malling, ME19 4YT, United Kingdom
       Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
       Main Address: https://www.commercialservices.org.uk/, Address of the buyer profile: https://www.commercialservices.org.uk/
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Supply of CCTV, Access Solutions & Security Services            
      Reference number: Y24007

      II.1.2) Main CPV code:
         35120000 - Surveillance and security systems and devices.


      II.1.3) Type of contract: SUPPLIES

      II.1.4) Short description: This Framework Agreement is open to all public sector organisations and has been split into
Three (3) LOTS.
LOT 1– CCTV, Security & Access Solutions
LOT 2 – Security Services
LOT 3 – Total Security Solutions

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Lowest offer: 1 / Highest offer:100,000,000         
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:CCTV, Security & Access Solutions   
      Lot No:1

      II.2.2) Additional CPV code(s):
            35120000 - Surveillance and security systems and devices.
            35125300 - Security cameras.
            32235000 - Closed-circuit surveillance system.
            35121000 - Security equipment.
            35121300 - Security fittings.
            32231000 - Closed-circuit television apparatus.
            32234000 - Closed-circuit television cameras.
            35000000 - Security, fire-fighting, police and defence equipment.
            35100000 - Emergency and security equipment.
            50600000 - Repair and maintenance services of security and defence materials.
            50610000 - Repair and maintenance services of security equipment.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This LOT is for the provision of technical solutions, including the maintenance and
management of, and may include but is not limited to:
•Access Control Systems
•Artificial Intelligence Surveillance Technologies
•Automated Gates and Barriers
Page 5 to 14
•Automatic Number Plate Recognitions (ANPR) Cameras
•Biometric Access Systems
•Body Worn Video (BWV) Cameras
•CCTV and Alarm Monitoring
•Facial Recognition Cameras
•Image Recognition Applications
•Image Recording and Archiving
•Intruder Detection Systems (Motion Detection)
•Perimeter Protection
•Private Space Surveillance Systems
•Public Space Surveillance Systems
•Security Lighting
•Supply of Software as Required
•Thermal Imaging Devices
•Video Analytics
•Visitor Management Systems
•Window and Door Sensors

      II.2.5) Award criteria:
      Quality criterion - Name: Delivering the Framework Agreement / Weighting: 30
      Quality criterion - Name: Delivering the Service and Account Management / Weighting: 40
      Quality criterion - Name: Standards, Regulations and Policies / Weighting: 20
      Quality criterion - Name: Social Value  / Weighting: 10
                  
      Cost criterion - Name: Price   / Weighting: 0
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Security Services   
      Lot No:2

      II.2.2) Additional CPV code(s):
            35000000 - Security, fire-fighting, police and defence equipment.
            35100000 - Emergency and security equipment.
            35120000 - Surveillance and security systems and devices.
            35121000 - Security equipment.
            35121300 - Security fittings.
            35125300 - Security cameras.
            44212329 - Security screens.
            35121700 - Alarm systems.
            79710000 - Security services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This LOT is for the provision of manned security Services, and may include but is not limited
to the following:
•Alarm Response Centres (ARC)
•Canine Services
•Cash Handling
•CCTV and Alarm Monitoring
•Close Protection
•Controls of Access and Security
•Crowd Management
•Drone Surveillance
•Front of House
Page 8 to 14
•Independent Security Consultancy Service
•Key Holding
•Lock and Unlock Services
•Maintenance of Systems
•Manned Guarding Services
•Mobile Security Patrols
•Property Checks
•Reactive Security
•Remote Services (Maintenance and Health Checks)
•Risk Assessment & Management
•Special Event Security
•Visitor Managemen

      II.2.5) Award criteria:
      Quality criterion - Name: Delivering the Framework Agreement / Weighting: 30
      Quality criterion - Name: Delivering the Service and Account Management / Weighting: 40
      Quality criterion - Name: Standards, Regulations and Policies / Weighting: 20
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 0
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Total Security Solutions   
      Lot No:3

      II.2.2) Additional CPV code(s):
            35000000 - Security, fire-fighting, police and defence equipment.
            35100000 - Emergency and security equipment.
            35120000 - Surveillance and security systems and devices.
            35121000 - Security equipment.
            35121300 - Security fittings.
            35125300 - Security cameras.
            44212329 - Security screens.
            32231000 - Closed-circuit television apparatus.
            32234000 - Closed-circuit television cameras.
            32235000 - Closed-circuit surveillance system.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: This LOT is for the supply of a Total Security Solution that includes but is not limited to all
elements of LOT 1; CCTV, Security and Access Solutions, and LOT 2; Security Services.

      II.2.5) Award criteria:
      Quality criterion - Name: Delivering the Framework Agreement / Weighting: 30
      Quality criterion - Name: Delivering the Service and Account Management / Weighting: 40
      Quality criterion - Name: Standards, Regulations & Policies / Weighting: 20
      Quality criterion - Name: Social Value / Weighting: 10
                  
      Cost criterion - Name: Price / Weighting: 0
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2025/S 000-005344
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: CCTV, Security & Access Solutions

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/09/2025

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: 14 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 20

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Openview Security Solutions Limited, 03376202
             Openview House, Chesham Close, Romford, Essex, RM7 7PJ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Tyco Fire and Integrated Solutions, 01952517
             Tyco Park, Grimshaw Lane, Newton Heath, Manchester, M40 2WL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Dennis Johns Service Group, 07944282
             Unit a2 Leyton Industrial Village, Argall Avenue, Leyton, E10 7QP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Secom PLC, 02585807
             Secom House, 52 Godstone Road, Kenley, Surrey, CR8 5JF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Phoenix Software, 02548628
             Blenheim House, York Road Packlington, York, YO42 1NS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Now Wireless Ltd, 03924160
             C/O Azets (Formerly Wilkins Kennedy Chartered Accounts), Ashcombe Court, Woolsack Way, Godalming Surrey, GU7 1LQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             North PB Limited, 05217343
             North House, St Asaph Business Park, St Asaph, LL17 0JG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Reliance High-Tech Limited, 02025063
             6 The Enterprise Centre, EastHampstead Road, Bracknell, Berkshire, RG12 1NF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             Hunter Communications Services (south) Ltd, 11032905
             Office 2, High Hazels Road, Barlborough, Chesterfield, S43 4UZ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Lowest offer: 1 / Highest offer: 25,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Security Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/09/2025

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: 16 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 20

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Pro Sentry Ltd, 09704328
             Unit 3, 132-134 College Road, Harrow, HA1 1BQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Tyco Fire and integrated Solutions (UK) Ltd, 01952517
             Tyco Park, Grimshaw Lane, Newton Heath, Manchester, M40 2WL, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Chase Services Group, 08987610
             250A High Road, Ilford, Essex, IG1 1YS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             MPD FM Limited, 04632279
             Unit 20 Dagenham Business Centre, Rainham Road, North Dagenham, Essex, RM10 7FD, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Secom PLC, 02585807
             Secom House, 52 Godstone Road, Kenley, Surrey, CR8 5JF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             Rock Security Solutions, 10979625
             Tintagel House, 92 Albert Embankment, London, SE1 7TY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             City Group Security Ltd, 02814854
             Unit 18 Greenwich Centre Business Park, 53 Norman Road, London, SE10 9QF, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.8)
             Akon Security Services Ltd, 08047677
             99 Canterbury Road, Whitstable, Kent, CT5 4HG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.9)
             360 Security and Support Services Ltd, 09764358
             Suite C1 Water House, Texcel Business Park, Thames Road, Crayford, DA1 4TQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             Krypton FM Group Limited, 09340573
             Unit 2, 17-18 Regal House, Royal Crescent, Newbury Park, IG2 7JY, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Lowest offer: 1 / Highest offer: 25,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Total Security Solutions

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/09/2025

      V.2.2) Information about tenders
         Number of tenders received: 9
         Number of tenders received from SMEs: 7 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 9

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             TMS Protection Ltd, 08855086
             Suite 2001 Letraset Building, Wotton Road, Ashford, Kent, TN23 6LN, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             The DMS Digital Group (DMS), 05957619
             Belmont House, Deakins Business Park, Bolton, BL7 9RP, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Samson Security Limited, 04112644
             92 High Street, Wavertree, Liverpool, Merseyside, L15 8HQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Mitie Security Limited, 01013210
             Level 12 The Shard, 32 London Bridge Street, London, SE1 9SG, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Prime Secure Systems Ltd, SC449831
             65 Townsend Street, Glasgow, G4 0LA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.6)
             The Keyholding Company Limited, 03538605
             28 Kirby Street, London, EC1N 8TE, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.7)
             Fleetville Security Ltd, 11180605
             Suite 110W Stirling House, Langston Road, Loughton, IG10 3TS, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Kestral Guards Limited, 02316429
             3 Yeoman Business Park, Test Lane, Nursling, Southampton, SO16 9JX, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Lowest offer: 1 / Highest offer: 50,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: To view this notice, please click here:
https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=975191112
   VI.4) Procedures for review

      VI.4.1) Review body
          Kent County Council (T/a Procurement Services)
          1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
          Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk

      VI.4.2) Body responsible for mediation procedures
          Commercial Services
          1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
          Tel. +44 08081685808, Email: csgprocurement@csltd.org.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 23/09/2025




View any Notice Addenda

View Award Notice