Decision details

Procurement of a CCTV Installations, repair and preventative maintenance contract

Decision Maker: Cabinet

Decision status: Recommendations Approved

Is Key decision?: Yes

Is subject to call in?: Yes

Purpose:

The purpose of this report is to recommend that the Council exercises its Use of Crown Commercial Service Framework (RM3808) LOT 12 as the method to procure services for CCTV in relation to Public Space Surveillance Systems/ housing stock CCTV and corporate asset CCTV inclusive of installations and Repairs/Maintenance.

Decision:

Cabinet agreed that the use of Crown Commercial Service Framework (RM3808) LOT 12 be agreed as the method to place a direct award to British Telecommunications plc in relation to CCTV services around Public Space Surveillance Systems/ housing stock CCTV and corporate asset CCTV inclusive of installations and Repairs/Maintenance for a minimum period of 3 years.

Reasons for the decision:

The use of Crown Commercial Service (CCS) for framework contracts for common goods and services utilises only pre approved organisations eligible for the award of Call-Off Contracts during the Framework Contract Period. The use of the framework doesn’t guarantee the Supplier any exclusivity. Due to the size, complexity, widespread geographical locations of assets and evidential requirements of our system, the council’s public space CCTV system requires a dedicated specialist supplier for maintenance.

 

The technical requirements of the system and the standard of support, development and maintenance required to deliver a service fit for purpose means that a conventional security CCTV maintenance provider would be insufficient. As a result, it is important that a specialist CCTV supplier is contracted to provide the specific technical knowledge and expertise required by our system.

Alternative options considered:

To not procure services. This alternative was rejected due to the future cost implications and that inaction would be a breach of the councils responsibilities under the Surveillance Camera Commissioner’s Code of Practice, leading to reputational damage. CCTV cameras and systems would not be repaired and would lead to the failure to support key partners in the prevention and detection of Crime and Anti-social behaviour. This is the rationale for rejection of this approach.

 

In Sourcing: The CCTV system, cameras and its associated transmission system incorporates a wide range of integrated technologies, which are installed across various different infrastructures principally using Fibre transmission. Currently there is not the expertise within the existing establishment to provide the range of disciplines required for the technical delivery of CCTV systems. This is the rationale for rejection of this approach.

Competitive Tender: A competitive tendering exercise undertaken. This would involve using the approved list or public advertisement. This would be time and resource intensive. The nature, scope and specialised nature of the services in this contract means the council’s approved list is not appropriate. Utilising a framework approach means that smaller local CCTV specialist services can still be utilised as required. This is the rationale for rejection of this approach.

Report author: Eden Geddes

Publication date: 16/06/2023

Date of decision: 15/06/2023

Decided at meeting: 15/06/2023 - Cabinet

Effective from: 24/06/2023

Accompanying Documents: