Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/41edde50-922e-4c7c-b955-09feb1b3515b
18th June 2020 - Future opportunity notice on Contracts Finder
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-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."
}
}