Agenda item

THE AWARD OF THE CALL-OFF CONTRACT FOR CCTV EQUIPMENT AND SERVICES

Minutes:

The Leader considered the report which sought approval to enter into a call-off contract with TYCO Fire and Integrated Solutions (UK) Ltd (trading as TYCO Integrated Fire & Security), under Contract Standing Order (CSO) 9.07.1d, for the provision of CCTV equipment and services, as was permitted on the Eastern Shires Purchasing Organisation (ESPO) Framework 628 and in accordance with CSO 7.01.b (selecting one or more suppliers from a framework). The contract would be for a period of 5 years.

 

The contract was required to support the purchase of CCTV cameras and services required for the extension of public safety surveillance and traffic enforcement services across the borough.

 

The Leader RESOLVED

 

Pursuant to the Council’s Contract Standing Orders (CSO) 9.07.01d, to award the contract for the provision of CCTV equipment and services to TYCO Fire and Integrated Solutions (UK) Ltd (trading as TYCO Integrated Fire & Security) for a period of 5 years for a maximum contract sum of £7,436,722.83.

 

Reasons for decision

 

Contract Standing Order (CSO) 9.07.1d requires that all contracts valued at £500,000 (five hundred thousand pounds) or more at the time of award may only be awarded, assigned, or novated by the Cabinet.

 

A competitive procurement exercise was carried out under the Eastern Shires Purchasing Organisation (ESPO) Framework 628 (Issue 24 – 2019) Security and Surveillance Framework (Lot 1 - Public Space Surveillance Systems).

 

The procurement was launched on 28June 2021 and closed on 30July 2021. One response was submitted and evaluated against price and quality.

 

Following evaluation of the bid submitted by TYCO Fire and Integrated Solutions (UK) Ltd, it was found to meet all requirements. The actual evaluation scores are set out in paragraph 6.6 of the report.

 

The recommended award allows the Council to continue working with a supplier with extensive experience and a proven track record in the provision and maintenance of public safety and traffic enforcement CCTV systems and services. This contractor has a proven track record of good service delivery and a willingness to deliver efficiencies through continuous improvements, thereby providing the Council with best value.

 

Alternative options considered

 

The following options were considered:

 

Do nothing. This is not considered a feasible option as the existing CCTV

equipment contract has a very low value remaining on it. Additional cameras are required at this point in time to support the delivery of several traffic schemes, including School Streets. There is also an expectation that more CCTV cameras will need to be purchased in the coming years by both Highways and Parking Service and by the Community Safety Team.

 

Open Tender: The option to undertake an open tender process was considered. However, it was deemed that the level of Council resources required to complete an open tender was not justified when a suitable framework agreement was available. Furthermore, the framework agreement is of the appropriate specialist nature, catering specifically for CCTV. Irrespectively, the procurement process deployed has passed the value for money test whilst, in addition, the cost of the cameras and their cameras would be likely to increase by the time a further procurement process is enacted.

 

A mini-competition exercise through the ESPO Framework was considered the most appropriate route to ensure that the Council has a method for purchasing new CCTV equipment as and when required.

Supporting documents: