Académique Documents
Professionnel Documents
Culture Documents
8
REF NO: E/18/14
DATE: 10 JULY 2018
SUBJECT: CCTV UPGRADE
PORTFOLIO HOLDER: COUNCILLOR ALASDAIR ROSS
HEAD OF SERVICE: IAN BLOFIELD
Short description of report content and the decision requested:
This report sets out the background, process utilised and results of a tender
for Ipswich Borough Council’s requirements in upgrading the current Closed
Circuit Television (CCTV) system from analogue to digital. It recommends that
Ipswich Borough Council enters into a contract with the successful tenderer,
as identified in exempt Appendix 1.
External consultees
Lever Technology Group
Suffolk Police
Suffolk County Council - Highways
Ipswich Central
Essex Legal Services
The following policies form a context to this report:
Building a Better Ipswich 2017
1.
1.
______________________________________________________________
1. Introduction
1.4 The Medium Term Financial Plan (MTFP) approved funding at the
February Council meeting (report reference C/17/17) Paragraph
3.26(12) of that report stated:
“The capital programme allocates £500,000 towards a more modern
digital / Wi-Fi CCTV system for the town that will provide a much
enhanced technological capability and ensure the system is fit for
purpose moving forward. It will also have significant revenue savings –
and effectively pay back the investment over a ten year period.”
1.5 Following the above decision, an open OJEU procurement exercise was
undertaken and Ipswich Borough Council received 3 bids for the supply
of a CCTV system upgrade (along with ongoing maintenance
proposals).
1.6 This report requests Executive approves entering into a contract with the
recommended supplier as detailed in exempt Appendix 1, in order to
provide an upgraded CCTV system and to deliver ongoing maintenance
for a five-year term, with an option for two further one-year extensions.
1.7 The new CCTV system upgrade must be supplied, installed and
commissioned by 31st January 2019 as that is when the existing CCTV
maintenance contract expires.
2. Background
2.2 When the ESC became operational in 1994, the Control Room
monitored 46 cameras positioned in the town centre. This has now
increased to 167 cameras, split as follows:
2.3 The majority of these cameras are located in the town centre - with
others located in parks, cemeteries and IBC facilities.
2.5 The CCTV system (including staff costs) costs in excess of £600,000 per
annum to run / maintain, which Ipswich Borough Council funds. Other
partner agencies benefit from the CCTV system but do not contribute
financially. The Council effectively bears (near to) 100% of the cost with
some small amounts of income provided via the 3rd party cameras the
Council monitors.
2.6 The current system has been maintained throughout the period from
installation, however, equipment is now coming to the end of its usable
life and has become expensive to maintain and replace (in the instances
when replacement is possible). A contributory factor is that there are no
current system software licences in place for the CCTV equipment,
which has meant that the system is no longer supported and up to date.
The new system will have 24/7 support, latest software versions so it will
have up to date features to ensure it has system compatibility.
2.8 With the current CCTV maintenance contract due to expire in January
2019 it was decided that the current system should be reviewed in its
entirety. The review concluded that since the system was installed in
1994 there has been limited investment, the system is currently not fit for
purpose and needs to be upgraded to ensure that its objectives can be
met. As a result funding has been approved in the MTFP.
2.10 This results in CCTV controllers operating from multiple systems. This
has been specified in the tender as an area, which must be rationalised
and integrated to ensure more effective monitoring and operational
resilience. A new wireless infrastructure will allow for a reduction in the
number of transmission systems.
2.11 In preparation for procuring a provider for the delivery of a new Borough
wide CCTV system upgrade, the Council undertook a wireless survey,
which confirmed feasibility and determined what work and specification
was required for the procurement of an upgraded wireless system as an
option.
2.12 Bidders were asked to provide a capital bid for ‘essential’ requirements
(phase 1) but also quote for ‘desirable’ extras (phase 2) which would
include a larger, Borough wide, wireless network infrastructure, full
integration of all standalone CCTV systems at Ipswich Borough Council
sites, provision of CCTV at the offsite backup location and a digital visitor
log in process. It was anticipated that Phase 2 would be implemented
after Phase 1 completion and may require further funding beyond the
allocation in the MTFP. However, as detailed in the exempt Appendix,
the cost of the essential requirements is well within budget and so
officers recommend that the remaining budget is used to deliver the
desirable options.
2.14 Some elements of the Phase 2 works will be completed alongside Phase
1 for efficiency with the remainder targeted for completion by summer
2019.
2.15 There will be an independent post installation audit to confirm that the
system and the transmission network infrastructure installed by the
Supplier fully meets the specification.
2.16 Financial Services have reviewed the suppliers to ensure that they are
financially stable. All bidders met the financial requirements.
3. Relevant Policies
3.1 This project contributes to the Building a Better Ipswich 2017 underlying
principles:
4.1 Option 1
Contract with the most beneficial tenderer for Ipswich Borough Council,
as set out in the tender criteria, to cover essential and desirable
requirements. This also includes a five-year maintenance contract, with
the option to extend for two further periods of one year each, i.e. up to a
maximum contract period of seven years (exempt Appendix 1).
4.2 Option 2
To continue with the existing old CCTV system. This is not
recommended due to current system close to failing and has no capacity
for future expansion.
4.3 Option 3
To implement only the essential elements of the system and make the
associated budget saving. This option is not recommended as
implementing the desirable elements will improve the effectiveness of
CCTV provision and it is deliverable within the agreed budget envelope.
5. Consultations
5.3. In terms of Suffolk Constabulary, the ESC has a live link to Suffolk
Constabulary Headquarters, based at Martlesham, to allow the Police to
have live access to CCTV monitoring. This imagery is transmitted via BT
fibre from a central viewing screen (BARCO) within the control room.
5.4. Suffolk Constabulary benefits significantly from the CCTV service but
does not contribute financially to the service. The service is solely
funded by Ipswich Borough Council.
5.5. The Leader of Ipswich Borough Council has approached the Police and
Crime Commissioner to request investment towards the CCTV provision
within Ipswich. This included the options to contribute towards the
existing project or to invest additional funding which would allow for a
co-designed, extensive camera system. The response received has not
– to date – resulted in the offer of any form of financial contribution.
6. Risk Management
8.1 Under the general equality duty as set out in the Equality Act 2010, public
authorities are required to have due regard to the need to eliminate
unlawful discrimination, harassment and victimisation as well as
advancing equality of opportunity and fostering good relations between
people who share a protected characteristic and those who do not.
8.2 The protected grounds covered by the equality duty are: age, disability,
sex, gender reassignment, pregnancy and maternity, race, religion or
belief, and sexual orientation. The equality duty also covers marriage
and civil partnership, but only in respect of eliminating unlawful
discrimination.
8.3 The law requires that this duty to have due regard be demonstrated in
decision making processes. Assessing the potential impact on equality
of proposed changes to policies, procedures and practices is one of the
key ways in which public authorities can demonstrate that they have had
due regard to the aims of the equality duty.
8.5 The Tender evaluation included ensures that each contractor had robust
equal opportunities policies and procedures in place.
9. Financial Considerations
9.1 Below are the ongoing revenue financial implications for both Phase 1
and Phase 2 works.
Ongoing financial implications
9.2 The above table assumes upgrade effective from 1st February 2019.
Further work will be undertaken (including with partners) to ensure that
the financial targets are met in 2020/21 and beyond (i.e. the £11,520 and
£12,270 savings deficits in the above table are addressed).
9.3 The capital costs are set out within exempt Appendix 1. It should be
noted that there is an assumption in the MTFP that the capital cost will
be recoverable by revenue savings over a ten year period.
9.4 The £500,000 budget identified in the MTFP for the CCTV upgrade is
sufficient to fund both phase 1 and 2 of works. The remainder of the
£500,000 budget will be allocated to the service to fund additional
temporary cameras.
9.5 It is not estimated that the change of CCTV system will have any impact
on the staffing requirements or costs associated with the 24/7 viewing of
the system 365 days a year.
10. Legal Considerations
10.1 The contract value over the proposed period of the contract is above
the EU threshold for a supplies and service contract and, therefore, has
undergone an open OJEU procurement exercise. The tender process
complies with Contract Standing orders and with the Public Contracts
Regulations 2015. The tender submissions have been scored against
cost and quality.
10.3 Contracts have been drafted by Essex Legal Services and reflect the
performance requirements and complexities of operating CCTV
systems.
11.1 The Council will ensure work is completed in accordance with the
specification and contract, on time and to budget. The Council’s
expectations will be clearly communicated to the contractor at the
beginning of the contract. Throughout the contract the project team will
monitor the quality of the works and materials used.
11.3 The Operations Manager will manage the overall expenditure of the
contract and monitor overall costs and progress.
12. Conclusions
12.1 Upgrading the CCTV system from analogue to digital will enable Ipswich
Borough Council to provide a more comprehensive design and an
efficient operational set-up.
12.2 The wireless infrastructure and system upgrade will enable a streamline
of data transmissions to the control room, allowing a reduction in ongoing
revenue costs and more effective monitoring within the control room from
fewer systems.
12.3 The existing £500,000 capital budget identified in the MTFP for the
CCTV upgrade is sufficient to fund both phase 1 and 2 works. This will
allow for future expansion bringing all remote sites into the ESC control
room with a Borough wide wireless infrastructure.
12.4 Combining the upgrade and maintenance contracts will ensure a robust
and efficient CCTV service is maintained and delivered.
12.5 The tender proposal from the bidder identified as Supplier 3 in exempt
Appendix 1 offers best value and service for the Council, taking into
consideration the specification and the evaluation criteria stated in the
tender documents.
12.6 With the current CCTV maintenance contract expiring on 31st January
2019, there is a tight deadline for procuring a new provider and
maintenance contractor for the implementation of the CCTV system by
this date.
13. Recommendations
13.1 That Executive approves both phase 1 and phase 2 of the CCTV
upgrade and the associated financial implications to provide a
digital Borough wide CCTV system and infrastructure, as per
exempt Appendix 1.
Reason: This option provides the most efficient and effective CCTV for Ipswich.