Planning

Supply & Maintenance of Body Worn Video Cameras

MINISTRY OF JUSTICE.

This public procurement record has 1 release in its history.

Planning

18 Jun 2020 at 06:53

Summary of the contracting process

The Ministry of Justice is planning a tender for the supply and maintenance of Body Worn Video Cameras (BWVC), aimed primarily at the HM Prison & Probation Service. This procurement is classified under digital cameras and is set to commence on 30th July 2021, with an expected completion date of 27th July 2029. The planned procurement notice was published on 18th June 2020, and interested parties must submit expressions of interest by 12:00 noon on 15th July 2020. The contract value is estimated between £8 million and £16 million, covering implementation, operations, maintenance, and support across 114 sites in England and Wales.

This tender represents a significant opportunity for businesses specialising in digital camera technology and related services. Original Equipment Manufacturers (OEMs) that possess the capability to fulfil specific requirements, including hardware supply and software deployment tailored for prison environments, are encouraged to participate. Companies capable of providing comprehensive maintenance support and demonstrating operational expertise will be particularly well-suited to compete for this contract, as it necessitates robust management of assets and development of efficiencies in operational processes.

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

Supply & Maintenance of Body Worn Video Cameras

Notice Description

MoJ is exploring the capability and capacity of the Original Equipment Manufacturer (OEM) market for the supply and maintenance of a Body Worn Video Camera (BWVC) solution. The primary user for this solution is HM Prison & Probation Service (HMPPS) which currently utilised BWVCs across its estate in England and Wales. The future supplier or suppliers will need to be capable of: - meeting our technical requirements for the supply of hardware, software and hosting which are specific to the Prison environment. Hardware includes: Cameras, accessories for attachment to Officer Uniform, docking stations, end user devices for managing assignment of cameras and for software to be deployed and operated on - able to deploy the solution across the estate in England and Wales (114 Sites, over 6000 cameras) - provide maintenance and support to Prisons and Users - support effective management of the contract including reporting, product innovation, provide efficiencies and exit management services Contract term will cover implementation, operation and one product refresh with further support in operation prior to Exit. Additional information: MoJ invites expressions of interest (EOI) from Original Equipment Manufacturers to the email address in this notice by 12:00 Noon on Wednesday 15th July 2020. On receiving an EOI MoJ will issue a Confidentiality Agreement for electronic return before issuing a Briefing Pack and questionnaire which will require Suppliers to provide, at minimum: 1. Supplier company and contact details including confirmation and/or evidence of OEM status (note: we do not accept producers who, in general, do not control the means of manufacture or own the IPR to the product. MoJ's strategy of engagement with OEMs allows improved control of the supply chain and reduces risk in asset management); and 2. Technical data / evidence or capability of the Supplier product and the Suppliers operational expertise and capacity to meet the minimum requirements as set out in our Briefing Pack MoJ will review EOI submissions and reserves the right to conduct further engagement activity with Suppliers who can demonstrate the required product capability. The outputs of the EOI exercise and any additional engagement will inform evidence based decision making relating to the procurement strategy for this project. Nothing within the notice commits the MoJ to conduct a tender exercise or enter into an Agreement and all information is indicative until and subject to change.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-95369935-be50-42c9-94a1-893ab872220a
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/41edde50-922e-4c7c-b955-09feb1b3515b
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planned Procurement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)


CPV Codes

38651600 - Digital cameras

Notice Value(s)

Tender Value
£16,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Jun 20205 years ago
Submission Deadline
Not specified
Future Notice Date
29 Sep 2020Expired
Award Date
Not specified
Contract Period
29 Jul 2021 - 27 Jul 2029 Over 5 years
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE.
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LEEDS
Postcode
LS1 4AP
Post Town
Leeds
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE42 Leeds
Delivery Location
Not specified

Local Authority
Leeds
Electoral Ward
Hunslet & Riverside
Westminster Constituency
Leeds South

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-b5fd17-95369935-be50-42c9-94a1-893ab872220a-2020-06-18T07:53:53+01:00",
    "date": "2020-06-18T07:53:53+01:00",
    "ocid": "ocds-b5fd17-95369935-be50-42c9-94a1-893ab872220a",
    "language": "en",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "1",
                "documentType": "plannedProcurementNotice",
                "description": "Future opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/41edde50-922e-4c7c-b955-09feb1b3515b",
                "datePublished": "2020-06-18T07:53:53+01:00",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_216823/852347",
        "title": "Supply & Maintenance of Body Worn Video Cameras",
        "description": "MoJ is exploring the capability and capacity of the Original Equipment Manufacturer (OEM) market for the supply and maintenance of a Body Worn Video Camera (BWVC) solution. The primary user for this solution is HM Prison & Probation Service (HMPPS) which currently utilised BWVCs across its estate in England and Wales. The future supplier or suppliers will need to be capable of: - meeting our technical requirements for the supply of hardware, software and hosting which are specific to the Prison environment. Hardware includes: Cameras, accessories for attachment to Officer Uniform, docking stations, end user devices for managing assignment of cameras and for software to be deployed and operated on - able to deploy the solution across the estate in England and Wales (114 Sites, over 6000 cameras) - provide maintenance and support to Prisons and Users - support effective management of the contract including reporting, product innovation, provide efficiencies and exit management services Contract term will cover implementation, operation and one product refresh with further support in operation prior to Exit. Additional information: MoJ invites expressions of interest (EOI) from Original Equipment Manufacturers to the email address in this notice by 12:00 Noon on Wednesday 15th July 2020. On receiving an EOI MoJ will issue a Confidentiality Agreement for electronic return before issuing a Briefing Pack and questionnaire which will require Suppliers to provide, at minimum: 1. Supplier company and contact details including confirmation and/or evidence of OEM status (note: we do not accept producers who, in general, do not control the means of manufacture or own the IPR to the product. MoJ's strategy of engagement with OEMs allows improved control of the supply chain and reduces risk in asset management); and 2. Technical data / evidence or capability of the Supplier product and the Suppliers operational expertise and capacity to meet the minimum requirements as set out in our Briefing Pack MoJ will review EOI submissions and reserves the right to conduct further engagement activity with Suppliers who can demonstrate the required product capability. The outputs of the EOI exercise and any additional engagement will inform evidence based decision making relating to the procurement strategy for this project. Nothing within the notice commits the MoJ to conduct a tender exercise or enter into an Agreement and all information is indicative until and subject to change.",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "38651600",
            "description": "Digital cameras"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 8000000,
            "currency": "GBP"
        },
        "value": {
            "amount": 16000000,
            "currency": "GBP"
        },
        "communication": {
            "futureNoticeDate": "2020-09-30T00:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-07-30T00:00:00+01:00",
            "endDate": "2029-07-27T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-CFS-92753",
            "name": "Ministry of Justice.",
            "identifier": {
                "legalName": "Ministry of Justice."
            },
            "address": {
                "streetAddress": "5 Wellington Place",
                "locality": "Leeds",
                "postalCode": "LS1 4AP",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Richard Slater",
                "email": "mojprocurementsecurity@justice.gov.uk"
            },
            "details": {
                "url": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-92753",
        "name": "Ministry of Justice."
    }
}