Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/046689-2025
6th August 2025 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/041553-2025
21st July 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/038251-2025
8th July 2025 - Transparency notice on Find a Tender
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-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"
}
]
}
]
}