Award

CCTV Shared Service Control Room Upgrade

HUNTINGDONSHIRE DISTRICT COUNCIL

This public procurement record has 3 releases in its history.

Award

06 Aug 2025 at 15:53

Award

21 Jul 2025 at 10:10

Award

08 Jul 2025 at 12:55

Summary of the contracting process

The recent procurement process led by Huntingdonshire District Council, located in Cambridgeshire, UK, involves the award of a contract for the upgrade of the CCTV Shared Service Control Room. This procurement is categorised under system maintenance services, specifically the Veracity Viewscape v11 Video Management System, and is essential for maintaining public safety and operational security. The contract was directly awarded to DSSL Group Limited due to technical and security considerations. The procurement method used was a direct award, justified by the critical nature of the infrastructure and the need for immediate implementation without service disruption. The contract has been signed as of 28th July 2025, with the contract period running from 2nd August to 1st October 2025. The procurement process stage is complete, marking the end of the tender and award phase.

This tender offers significant potential for business growth for companies specialising in security infrastructure and technology integration, particularly those with experience in high-security environments. The incumbent supplier, DSSL Group Limited, with its technical expertise and prior knowledge of the existing systems, was ideally suited to meet the stated requirements efficiently. Businesses capable of handling sensitive data, providing secure system upgrades, and ensuring continuity of service without disruptions would find opportunities to thrive in similar future tenders. Additionally, organisations that can offer competitive solutions at minimal cost increases, while maintaining compliance with stringent security and regulatory standards, are well-positioned to benefit in this procurement landscape.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

CCTV Shared Service Control Room Upgrade

Notice Description

The CCTV Shared Service Control Room forms a critical part of our public safety and security infrastructure, operating as the central hub for live surveillance, incident response, evidentiary capture, and integration with law enforcement and emergency services. As part of its lifecycle, the control room undergoes scheduled technology refreshes approximately once every decade to remain aligned with evolving security threats, software support cycles, hardware obsolescence, and operational standards. We have reached a mandatory upgrade point driven primarily by Microsoft's transition to Windows 11, which in turn requires a concurrent upgrade of our deployed Video Management System (VMS), Veracity (iComply). This has now been Direct awarded and contracts signed after the mandatory standstill period following the Contract Award notice.

Procurement Information

1.1 Security-Sensitive Infrastructure The existing CCTV infrastructure operates within a highly secure environment that includes: * Internet Protocol (IP) based architecture across servers, switches, and camera networks. * End-to-end encrypted video transmission and data storage. * Controlled integration with police, local authority, and national security platforms. * Role-based access controls and hardened cybersecurity policies. Any modification to this architecture introduces inherent risks to system integrity, data protection, and operational resilience. The incumbent supplier holds full knowledge of the security architecture, encryption keys, firewall rules, VLAN segregation, failover protocols, and other critical system parameters. 1.2 Continuity of Service Obligations The CCTV Shared Service is a 24/7 operational environment. Any prolonged downtime or system instability during the upgrade process would: * Expose public safety risks. * Jeopardize evidential continuity for criminal investigations. * Breach legal and statutory obligations under GDPR, DPA, and surveillance codes of practice. The incumbent supplier is uniquely positioned to undertake the upgrade without disruption, leveraging their intimate familiarity with existing configurations, historical issues, and contingency protocols. 2. Incumbent-Specific Configuration & Compliance Requirements 2.1 Proprietary System Configuration The Veracity (iComply) VMS has been heavily customised over its operational life cycle, incorporating: * Custom integration with multiple third-party data feeds (ANPR, Help Points, Blue Light integration, etc.). * Bespoke alerting, audit trails, and control room user interfaces. * Unique failover and recovery protocols developed by the incumbent. Attempting to replicate or reverse-engineer these configurations via a third party would require: * Extensive reverse engineering. * Risk of misconfiguration. * Loss of undocumented institutional knowledge. 2.2 Warranty, Liability & Maintenance Conflicts * The incumbent supplier holds full responsibility for system warranties, ongoing maintenance, and post-installation support. * Introducing a third-party installer would result in split liability and non-alignment of warranty obligations. * Should technical issues arise post-upgrade, the incumbent would be contractually and commercially entitled to decline support on non-standard installations. 2.3 Regulatory & Audit Compliance The incumbent supplier maintains full compliance with external and statutory audits including SSAIB certification, which validates: * System integrity. * Data security. * Operational competence. * Resilience to cyber and physical threats. Any deviation from the incumbent's service introduces compliance risks that may trigger adverse audit findings or even operational shutdown pending rectification 3. Access to Secure Data & Controlled Environments 3.1 Access to Sensitive Information The upgrade process requires privileged access to: * Historical and live surveillance footage. * Secure server environments containing criminal investigation data. * Law enforcement integration nodes. * Critical physical access to secured data centres and control rooms. The incumbent supplier already holds the required security clearances, training, and vetted personnel approved for working within these highly restricted environments. 3.2 Contractor Vetting & Validation * Engaging new contractors would trigger extensive security vetting, vetting agency approvals, police background checks, and control room familiarisation. * This process is time-consuming, costly, and carries the risk of failed clearances, delaying the upgrade. * The incumbent's team remains fully cleared, trained, and embedded within current security protocols. 4. Market Comparison & Financial Analysis 4.1 Market Alternatives Considered A comparative market assessment was undertaken to evaluate alternative suppliers and solutions, including: * Full replacement options such as Genetec and Milestone VMS platforms. * Re-engagement with previous suppliers offering similar solutions. 4.2 Comparative Cost Analysis * A full system replacement was priced at approximately 400% higher than the incumbent's quoted costs due to hardware, licensing, integration, and training expenses. * A previous supplier's proposal was 200% more expensive than the incumbent's quote for equivalent scope. * Ancillary costs such as staff retraining, operational downtime, and interface redevelopment further inflate non-incumbent solutions. 4.3 Value for Money Conclusion The incumbent's proposal represents: * Full backward compatibility. * Minimal retraining requirements. * No service downtime. * Lowest capital and operational expenditure.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-055b2a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/046689-2025
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
UK7 - Contract Details Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Direct award
Tender Suitability
SME
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50324100 - System maintenance services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£230,000 £100K-£500K
Contracts Value
£230,000 £100K-£500K

Notice Dates

Publication Date
6 Aug 20256 months ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
8 Jul 20257 months ago
Contract Period
1 Aug 2025 - 1 Oct 2025 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
HUNTINGDONSHIRE DISTRICT COUNCIL
Contact Name
Not specified
Contact Email
procurement@huntingdonshire.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
CAMBRIDGESHIRE
Postcode
PE29 3TN
Post Town
Peterborough
Country
England

Major Region (ITL 1)
TLH East (England)
Basic Region (ITL 2)
TLH4 Cambridgeshire and Peterborough
Small Region (ITL 3)
TLH42 Cambridgeshire CC
Delivery Location
Not specified

Local Authority
Huntingdonshire
Electoral Ward
Huntingdon North
Westminster Constituency
Huntingdon

Supplier Information

Number of Suppliers
1
Supplier Name

DSSL GROUP

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-055b2a-2025-08-06T16:53:58+01:00",
    "date": "2025-08-06T16:53:58+01:00",
    "ocid": "ocds-h6vhtk-055b2a",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PXCY-8219-LWDM",
            "name": "Huntingdonshire District Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PXCY-8219-LWDM"
            },
            "address": {
                "streetAddress": "Pathfinder House St Mary's Street Huntingdon,",
                "locality": "Cambridgeshire",
                "postalCode": "PE29 3TN",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH12"
            },
            "contactPoint": {
                "email": "procurement@huntingdonshire.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        },
        {
            "id": "GB-COH-6993052",
            "name": "DSSL Group Ltd",
            "identifier": {
                "scheme": "GB-COH",
                "id": "6993052"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PNWG-7295-ZPZH"
                }
            ],
            "address": {
                "streetAddress": "1-3 Britannia Court, Burnt Mills Industrial Estate, Basildon, ESX, SS13 1EU, United Kingdom",
                "locality": "Basildon",
                "postalCode": "SS13 1EU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH37"
            },
            "contactPoint": {
                "email": "aaron@dsslgroup.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "http://www.dssl.co.uk",
                "scale": "sme",
                "vcse": false
            }
        },
        {
            "id": "GB-COH-06993052",
            "name": "DSSL GROUP LIMITED",
            "identifier": {
                "scheme": "GB-COH",
                "id": "06993052"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PLTX-4334-WQWT"
                }
            ],
            "address": {
                "streetAddress": "1-3 Britannia Court",
                "locality": "Basildon",
                "postalCode": "SS13 1EU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKH37"
            },
            "contactPoint": {
                "email": "jackp@dsslgroup.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "vcse": false,
                "publicServiceMissionOrganization": false,
                "shelteredWorkshop": false
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PXCY-8219-LWDM",
        "name": "Huntingdonshire District Council"
    },
    "tender": {
        "id": "C/2025/624",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "CCTV Shared Service Control Room Upgrade",
        "description": "The CCTV Shared Service Control Room forms a critical part of our public safety and security infrastructure, operating as the central hub for live surveillance, incident response, evidentiary capture, and integration with law enforcement and emergency services. As part of its lifecycle, the control room undergoes scheduled technology refreshes approximately once every decade to remain aligned with evolving security threats, software support cycles, hardware obsolescence, and operational standards. We have reached a mandatory upgrade point driven primarily by Microsoft's transition to Windows 11, which in turn requires a concurrent upgrade of our deployed Video Management System (VMS), Veracity (iComply). This has now been Direct awarded and contracts signed after the mandatory standstill period following the Contract Award notice.",
        "status": "complete",
        "procurementMethod": "direct",
        "procurementMethodDetails": "Direct award",
        "procurementMethodRationale": "1.1 Security-Sensitive Infrastructure The existing CCTV infrastructure operates within a highly secure environment that includes: * Internet Protocol (IP) based architecture across servers, switches, and camera networks. * End-to-end encrypted video transmission and data storage. * Controlled integration with police, local authority, and national security platforms. * Role-based access controls and hardened cybersecurity policies. Any modification to this architecture introduces inherent risks to system integrity, data protection, and operational resilience. The incumbent supplier holds full knowledge of the security architecture, encryption keys, firewall rules, VLAN segregation, failover protocols, and other critical system parameters. 1.2 Continuity of Service Obligations The CCTV Shared Service is a 24/7 operational environment. Any prolonged downtime or system instability during the upgrade process would: * Expose public safety risks. * Jeopardize evidential continuity for criminal investigations. * Breach legal and statutory obligations under GDPR, DPA, and surveillance codes of practice. The incumbent supplier is uniquely positioned to undertake the upgrade without disruption, leveraging their intimate familiarity with existing configurations, historical issues, and contingency protocols. 2. Incumbent-Specific Configuration & Compliance Requirements 2.1 Proprietary System Configuration The Veracity (iComply) VMS has been heavily customised over its operational life cycle, incorporating: * Custom integration with multiple third-party data feeds (ANPR, Help Points, Blue Light integration, etc.). * Bespoke alerting, audit trails, and control room user interfaces. * Unique failover and recovery protocols developed by the incumbent. Attempting to replicate or reverse-engineer these configurations via a third party would require: * Extensive reverse engineering. * Risk of misconfiguration. * Loss of undocumented institutional knowledge. 2.2 Warranty, Liability & Maintenance Conflicts * The incumbent supplier holds full responsibility for system warranties, ongoing maintenance, and post-installation support. * Introducing a third-party installer would result in split liability and non-alignment of warranty obligations. * Should technical issues arise post-upgrade, the incumbent would be contractually and commercially entitled to decline support on non-standard installations. 2.3 Regulatory & Audit Compliance The incumbent supplier maintains full compliance with external and statutory audits including SSAIB certification, which validates: * System integrity. * Data security. * Operational competence. * Resilience to cyber and physical threats. Any deviation from the incumbent's service introduces compliance risks that may trigger adverse audit findings or even operational shutdown pending rectification 3. Access to Secure Data & Controlled Environments 3.1 Access to Sensitive Information The upgrade process requires privileged access to: * Historical and live surveillance footage. * Secure server environments containing criminal investigation data. * Law enforcement integration nodes. * Critical physical access to secured data centres and control rooms. The incumbent supplier already holds the required security clearances, training, and vetted personnel approved for working within these highly restricted environments. 3.2 Contractor Vetting & Validation * Engaging new contractors would trigger extensive security vetting, vetting agency approvals, police background checks, and control room familiarisation. * This process is time-consuming, costly, and carries the risk of failed clearances, delaying the upgrade. * The incumbent's team remains fully cleared, trained, and embedded within current security protocols. 4. Market Comparison & Financial Analysis 4.1 Market Alternatives Considered A comparative market assessment was undertaken to evaluate alternative suppliers and solutions, including: * Full replacement options such as Genetec and Milestone VMS platforms. * Re-engagement with previous suppliers offering similar solutions. 4.2 Comparative Cost Analysis * A full system replacement was priced at approximately 400% higher than the incumbent's quoted costs due to hardware, licensing, integration, and training expenses. * A previous supplier's proposal was 200% more expensive than the incumbent's quote for equivalent scope. * Ancillary costs such as staff retraining, operational downtime, and interface redevelopment further inflate non-incumbent solutions. 4.3 Value for Money Conclusion The incumbent's proposal represents: * Full backward compatibility. * Minimal retraining requirements. * No service downtime. * Lowest capital and operational expenditure.",
        "lots": [
            {
                "id": "1",
                "status": "complete",
                "suitability": {
                    "sme": true
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            }
        ],
        "procurementMethodRationaleClassifications": [
            {
                "id": "additionalRepeatExtensionPartialReplacement"
            }
        ],
        "coveredBy": [
            "GPA"
        ]
    },
    "awards": [
        {
            "id": "1",
            "title": "CCTV shared control room upgrade award to DSSL Group Ltd",
            "status": "active",
            "value": {
                "amountGross": 276000,
                "amount": 230000,
                "currency": "GBP"
            },
            "mainProcurementCategory": "services",
            "aboveThreshold": true,
            "suppliers": [
                {
                    "id": "GB-COH-6993052",
                    "name": "DSSL Group Ltd"
                },
                {
                    "id": "GB-COH-06993052",
                    "name": "DSSL GROUP LIMITED"
                }
            ],
            "items": [
                {
                    "id": "1",
                    "additionalClassifications": [
                        {
                            "scheme": "CPV",
                            "id": "50324100",
                            "description": "System maintenance services"
                        }
                    ],
                    "deliveryAddresses": [
                        {
                            "region": "UKH1",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKH12",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        },
                        {
                            "region": "UKH12",
                            "country": "GB",
                            "countryName": "United Kingdom"
                        }
                    ],
                    "relatedLot": "1"
                }
            ],
            "contractPeriod": {
                "startDate": "2025-08-02T00:00:00+01:00",
                "endDate": "2025-10-01T23:59:59+01:00"
            },
            "relatedLots": [
                "1"
            ],
            "documents": [
                {
                    "id": "038251-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK5",
                    "description": "Transparency notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/038251-2025",
                    "datePublished": "2025-07-08T13:55:15+01:00",
                    "format": "text/html"
                },
                {
                    "id": "041553-2025",
                    "documentType": "awardNotice",
                    "noticeType": "UK6",
                    "description": "Contract award notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/041553-2025",
                    "datePublished": "2025-07-21T11:10:05+01:00",
                    "format": "text/html"
                }
            ],
            "milestones": [
                {
                    "id": "1",
                    "type": "futureSignatureDate",
                    "dueDate": "2025-08-01T23:59:59+01:00",
                    "status": "scheduled"
                }
            ],
            "date": "2025-07-18T00:00:00+01:00",
            "standstillPeriod": {
                "endDate": "2025-07-30T23:59:59+01:00"
            }
        }
    ],
    "language": "en",
    "contracts": [
        {
            "id": "1",
            "awardID": "1",
            "title": "CCTV shared control room upgrade award to DSSL Group Ltd",
            "status": "active",
            "period": {
                "startDate": "2025-08-02T00:00:00+01:00",
                "endDate": "2025-10-01T23:59:59+01:00"
            },
            "value": {
                "amountGross": 276000,
                "amount": 230000,
                "currency": "GBP"
            },
            "aboveThreshold": true,
            "dateSigned": "2025-07-28T00:00:00+01:00",
            "agreedMetrics": [
                {
                    "id": "1",
                    "title": "On-time Delivery Rate"
                },
                {
                    "id": "2",
                    "title": "Downtime / Service Interruption"
                },
                {
                    "id": "3",
                    "title": "Compliance with Technical Standards"
                }
            ],
            "documents": [
                {
                    "id": "046689-2025",
                    "documentType": "contractNotice",
                    "noticeType": "UK7",
                    "description": "Contract details notice on Find a Tender",
                    "url": "https://www.find-tender.service.gov.uk/Notice/046689-2025",
                    "datePublished": "2025-08-06T16:53:58+01:00",
                    "format": "text/html"
                }
            ]
        }
    ]
}