Notice Information
Notice Title
RCJ CCTV Maintenance Contract
Notice Description
This contract is for the Maintenance of the CCTV at the Royal Courts of Justice. The supplier shall provide a fully comprehensive service including annual planned preventative maintenance, parts and labour. The Service includes: -Software licences for network hardware support -Annual anti-virus software support and updates -Quarterly anti-virus and windows updates -Routine Preventative Maintenance (PPM) -Reactive Priority 1 'Fault' Calls Out of Hours -Replacement Parts (note excludes replacement batteries, consumables etc)
Lot Information
Lot 1
This contract is for the Maintenance of the CCTV at the Royal Courts of Justice. The supplier shall provide a fully comprehensive service including annual planned preventative maintenance, parts and labour. The Service includes: -Software licences for network hardware support -Annual anti-virus software support and updates -Quarterly anti-virus and windows updates -Routine Preventative Maintenance (PPM) -Reactive Priority 1 'Fault' Calls Out of Hours -Replacement Parts (note excludes replacement batteries, consumables etc)
Procurement Information
The CCTV system is a "closed protocol" system, meaning that any additions or amendments to the installed system must be carried out by the company who installed the system. The Public Contracts Regulations 2015, under clause 32.2.b (iii) allow the award of public contracts by a negotiate procedure without prior publication where the works, supplies or services can only be supplied by a particular economic operator due to the protection of exclusive rights, including intellectual property rights. Further under clause 32.5(b), the negotiated procedure without prior publication may be used for public supply contracts for additional deliveries by the original supplier which are intended either as a partial replacement of supplies or installations or as the extension of existing supplies or installations where a change of supplier would oblige the contracting authority to acquire supplies having different technical characteristics which would result in incompatibility or disproportionate technical difficulties in operation and maintenance.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04ed3d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/009411-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50610000 - Repair and maintenance services of security equipment
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £1,526,580 £1M-£10M
Notice Dates
- Publication Date
- 14 Mar 202511 months ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 13 Feb 20251 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF JUSTICE
- Contact Name
- Not specified
- Contact Email
- ccmd_hmcts_fm@justice.gov.uk
- Contact Phone
- +44 02033343555
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 9AJ
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-04ed3d-2025-03-14T12:12:50Z",
"date": "2025-03-14T12:12:50Z",
"ocid": "ocds-h6vhtk-04ed3d",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04ed3d",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "RCJ CCTV Maintenance Contract",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50610000",
"description": "Repair and maintenance services of security equipment"
},
"mainProcurementCategory": "services",
"description": "This contract is for the Maintenance of the CCTV at the Royal Courts of Justice. The supplier shall provide a fully comprehensive service including annual planned preventative maintenance, parts and labour. The Service includes: -Software licences for network hardware support -Annual anti-virus software support and updates -Quarterly anti-virus and windows updates -Routine Preventative Maintenance (PPM) -Reactive Priority 1 'Fault' Calls Out of Hours -Replacement Parts (note excludes replacement batteries, consumables etc)",
"lots": [
{
"id": "1",
"description": "This contract is for the Maintenance of the CCTV at the Royal Courts of Justice. The supplier shall provide a fully comprehensive service including annual planned preventative maintenance, parts and labour. The Service includes: -Software licences for network hardware support -Annual anti-virus software support and updates -Quarterly anti-virus and windows updates -Routine Preventative Maintenance (PPM) -Reactive Priority 1 'Fault' Calls Out of Hours -Replacement Parts (note excludes replacement batteries, consumables etc)",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_TECHNICAL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
}
],
"procurementMethodRationale": "The CCTV system is a \"closed protocol\" system, meaning that any additions or amendments to the installed system must be carried out by the company who installed the system. The Public Contracts Regulations 2015, under clause 32.2.b (iii) allow the award of public contracts by a negotiate procedure without prior publication where the works, supplies or services can only be supplied by a particular economic operator due to the protection of exclusive rights, including intellectual property rights. Further under clause 32.5(b), the negotiated procedure without prior publication may be used for public supply contracts for additional deliveries by the original supplier which are intended either as a partial replacement of supplies or installations or as the extension of existing supplies or installations where a change of supplier would oblige the contracting authority to acquire supplies having different technical characteristics which would result in incompatibility or disproportionate technical difficulties in operation and maintenance."
},
"awards": [
{
"id": "009411-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-140749",
"name": "G4S Secure Solutions (UK) Limited"
}
]
}
],
"parties": [
{
"id": "GB-FTS-6365",
"name": "Ministry of Justice",
"identifier": {
"legalName": "Ministry of Justice"
},
"address": {
"streetAddress": "102 Petty France",
"locality": "London",
"region": "UK",
"postalCode": "SW1H 9AJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 02033343555",
"email": "CCMD_HMCTS_FM@justice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.gov.uk/government/organisations/ministry-of-justice",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "03",
"description": "Public order and safety"
}
]
}
},
{
"id": "GB-FTS-140749",
"name": "G4S Secure Solutions (UK) Limited",
"identifier": {
"legalName": "G4S Secure Solutions (UK) Limited"
},
"address": {
"locality": "London",
"region": "UK",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-1412",
"name": "High Court of Justice",
"identifier": {
"legalName": "High Court of Justice"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-6365",
"name": "Ministry of Justice"
},
"contracts": [
{
"id": "009411-2025-1",
"awardID": "009411-2025-1",
"status": "active",
"value": {
"amount": 1526580,
"currency": "GBP"
},
"dateSigned": "2025-02-13T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "2",
"measure": "bids",
"relatedLot": "1",
"value": 1
}
]
},
"language": "en"
}