Tender

HMCTS Video Hearings Service

MINISTRY OF JUSTICE

This public procurement record has 2 releases in its history.

Tender

17 May 2023 at 15:57

Planning

25 Nov 2022 at 10:08

Summary of the contracting process

The Ministry of Justice is seeking suppliers for the HMCTS Video Hearings Service. This service aims to enhance remote hearings in the judicial environment by providing video conferencing software development services. The Ministry of Justice intends to appoint a supplier to provide a video conferencing facility and develop an interface for the Video Hearings Service. Interested suppliers must register on the Ministry of Justice eSourcing Portal and complete necessary agreements to access the procurement documents. An information event for interested suppliers will be held online on 26 May 2023, outlining the tender documentation.

The HMCTS Video Hearings Service procurement process presents an opportunity for businesses in the software development and system support services sectors. Suppliers with expertise in video conferencing software development and system consultancy services would be well-suited to compete for this contract. The procurement method is an open procedure managed via the Ministry of Justice eSourcing system. With a contract value of £24 million GBP, this opportunity offers potential for long-term partnerships, including the possibility of contract extensions for up to five years in total.

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

HMCTS Video Hearings Service

Notice Description

This Notice is issued by the Lord Chancellor acting as part of the Crown (the "Authority"). This service will be provided for the benefit of, and managed by, His Majesty's Courts and Tribunals Service (HMCTS) an executive agency of the Authority. The Authority intends to appoint a supplier to provide a video conferencing facility (referred to as the 'video engine') and develop an interface with a 'front end' application already developed by HMCTS - to form a Video Hearings Service ("VHS"). The supplier will be required to host and manage the video engine and the interface, provide hosting for test and development environments, and manage and provide an 0800-telephone service for users accessing the service by telephone. VHS is HMCTS' strategic platform for remote hearings and it is intended to substantially replace the use of other video conferencing systems in the judicial environment. VHS is currently used on a relatively small scale and the intention is to enhance the existing service and roll it out across the judicial estate. The capability to enable remote hearings, irrespective of platform, was a significant component of HMCTS's Covid response and ongoing recovery. Conducting remote hearings is now an integral part of daily business and the benefits are widely acknowledged. The procurement will be managed via the Ministry of Justice eSourcing system. If you have not yet registered on the eSourcing Portal, this can be done online at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Interested suppliers must be registered on this site and will need to complete and sign an Ethical Wall Agreement and a Confidentiality Agreement to access the procurement documents. Once the Ethical Wall Agreement and the Confidentiality Agreement is completed and signed the Authority will invite the interested supplier, provided it is registered on the above site, to access the procurement. The Ethical Wall Agreement and Confidentiality Agreement can be obtained by sending an email to vhprocurement@justice.gov.uk The Authority intends to hold an information event to provide interested suppliers with an overview of the invitation to tender documentation. This will be held an on-line event and will take place on 26 May 2023, time TBC. To attend this event interested suppliers must have returned the Ethical Wall Agreement and the Confidentiality Agreement. Slides/Q&A from the event will be made available to interested suppliers, (after completing an Ethical Wall Agreement and the Confidentiality Agreement), should they not attend the event on that day. Further details in relation to the event will be provided once this documentation is returned. Following the return of a completed Ethical Wall Agreement and Confidentiality Agreement, provided they are registered on the Ministry of Justice e-sourcing system, potential bidders will be able to access the Procurement Process Documents.

Lot Information

Lot 1

This Notice is issued by the Lord Chancellor acting as part of the Crown (the "Authority"). This service will be provided for the benefit of, and managed by, His Majesty's Courts and Tribunals Service (HMCTS) an executive agency of the Authority. The Authority intends to appoint a supplier to provide a video conferencing facility (referred to as the 'video engine') and develop an interface with a 'front end' application already developed by HMCTS - to form a Video Hearings Service ("VHS"). The supplier will be required to host and manage the video engine and the interface, provide hosting for test and development environments, and manage and provide an 0800-telephone service for users accessing the service by telephone. VHS is HMCTS' strategic platform for remote hearings and it is intended to substantially replace the use of other video conferencing systems in the judicial environment. VHS is currently used on a relatively small scale and the intention is to enhance the existing service and roll it out across the judicial estate. The capability to enable remote hearings, irrespective of platform, was a significant component of HMCTS's Covid response and ongoing recovery. Conducting remote hearings is now an integral part of daily business and the benefits are widely acknowledged. The procurement will be managed via the Ministry of Justice eSourcing system. If you have not yet registered on the eSourcing Portal, this can be done online at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Interested suppliers must be registered on this site and will need to complete and sign an Ethical Wall Agreement and a Confidentiality Agreement to access the procurement documents. Once the Ethical Wall Agreement and the Confidentiality Agreement is completed and signed the Authority will invite the interested supplier, provided it is registered on the above site, to access the procurement. The Ethical Wall Agreement and Confidentiality Agreement can be obtained by sending an email to vhprocurement@justice.gov.uk The Authority intends to hold an information event to provide interested suppliers with an overview of the invitation to tender documentation. This will be held an on-line event and will take place on 26 May 2023, time TBC. To attend this event interested suppliers must have returned the Ethical Wall Agreement and the Confidentiality Agreement. Slides/Q&A from the event will be made available to interested suppliers, (after completing an Ethical Wall Agreement and the Confidentiality Agreement), should they not attend the event on that day. Further details in relation to the event will be provided once this documentation is returned. Following the return of a completed Ethical Wall Agreement and Confidentiality Agreement, provided they are registered on the Ministry of Justice e-sourcing system, potential bidders will be able to access the Procurement Process Documents.

Options: The Initial Term of the proposed Contract will be 3 years with the option for the Authority to extend for two (2) further periods each of one (1) year in duration, up to a maximum extension period of two (2) years in aggregate.

Renewal: The Initial Term of the proposed Contract will be 3 years with the option for the Authority to extend for two (2) further periods each of one (1) year in duration, up to a maximum extension period of two (2) years in aggregate.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03884c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/014113-2023
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48000000 - Software package and information systems

48515000 - Video conferencing software package

72212515 - Video conferencing software development services

72220000 - Systems and technical consultancy services

72230000 - Custom software development services

72250000 - System and support services

72260000 - Software-related services

Notice Value(s)

Tender Value
£24,000,000 £10M-£100M
Lots Value
£24,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 May 20232 years ago
Submission Deadline
13 Jul 2023Expired
Future Notice Date
30 Mar 2023Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Mark Skurr
Contact Email
vhprocurement@justice.gov.uk
Contact Phone
+44 02033343555

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

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-03884c-2023-05-17T16:57:08+01:00",
    "date": "2023-05-17T16:57:08+01:00",
    "ocid": "ocds-h6vhtk-03884c",
    "description": "This notice relates to an engagement opportunity and is not a call for competition or an invitation to take part in pre-qualification proceedings. We reserve the right to supplement and vary the conduct of the market engagement process. Where we do this, we will act transparently and treat all suppliers who have expressed an interest equally. Please note that the MoJ and its advisors give no warranty in respect of the accuracy, permanence or completeness of any information provided. Reliance on, or use of, any such information is entirely at the risk of the person so doing and, save in the case of fraud, under no circumstances will the MoJ or any of its advisors be liable for or accept any responsibility for any cost, expense or liability incurred by any person relying upon or using such information.",
    "initiationType": "tender",
    "tender": {
        "id": "prj_9663",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "HMCTS Video Hearings Service",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72212515",
            "description": "Video conferencing software development services"
        },
        "mainProcurementCategory": "services",
        "description": "This Notice is issued by the Lord Chancellor acting as part of the Crown (the \"Authority\"). This service will be provided for the benefit of, and managed by, His Majesty's Courts and Tribunals Service (HMCTS) an executive agency of the Authority. The Authority intends to appoint a supplier to provide a video conferencing facility (referred to as the 'video engine') and develop an interface with a 'front end' application already developed by HMCTS - to form a Video Hearings Service (\"VHS\"). The supplier will be required to host and manage the video engine and the interface, provide hosting for test and development environments, and manage and provide an 0800-telephone service for users accessing the service by telephone. VHS is HMCTS' strategic platform for remote hearings and it is intended to substantially replace the use of other video conferencing systems in the judicial environment. VHS is currently used on a relatively small scale and the intention is to enhance the existing service and roll it out across the judicial estate. The capability to enable remote hearings, irrespective of platform, was a significant component of HMCTS's Covid response and ongoing recovery. Conducting remote hearings is now an integral part of daily business and the benefits are widely acknowledged. The procurement will be managed via the Ministry of Justice eSourcing system. If you have not yet registered on the eSourcing Portal, this can be done online at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Interested suppliers must be registered on this site and will need to complete and sign an Ethical Wall Agreement and a Confidentiality Agreement to access the procurement documents. Once the Ethical Wall Agreement and the Confidentiality Agreement is completed and signed the Authority will invite the interested supplier, provided it is registered on the above site, to access the procurement. The Ethical Wall Agreement and Confidentiality Agreement can be obtained by sending an email to vhprocurement@justice.gov.uk The Authority intends to hold an information event to provide interested suppliers with an overview of the invitation to tender documentation. This will be held an on-line event and will take place on 26 May 2023, time TBC. To attend this event interested suppliers must have returned the Ethical Wall Agreement and the Confidentiality Agreement. Slides/Q&A from the event will be made available to interested suppliers, (after completing an Ethical Wall Agreement and the Confidentiality Agreement), should they not attend the event on that day. Further details in relation to the event will be provided once this documentation is returned. Following the return of a completed Ethical Wall Agreement and Confidentiality Agreement, provided they are registered on the Ministry of Justice e-sourcing system, potential bidders will be able to access the Procurement Process Documents.",
        "value": {
            "amount": 24000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "This Notice is issued by the Lord Chancellor acting as part of the Crown (the \"Authority\"). This service will be provided for the benefit of, and managed by, His Majesty's Courts and Tribunals Service (HMCTS) an executive agency of the Authority. The Authority intends to appoint a supplier to provide a video conferencing facility (referred to as the 'video engine') and develop an interface with a 'front end' application already developed by HMCTS - to form a Video Hearings Service (\"VHS\"). The supplier will be required to host and manage the video engine and the interface, provide hosting for test and development environments, and manage and provide an 0800-telephone service for users accessing the service by telephone. VHS is HMCTS' strategic platform for remote hearings and it is intended to substantially replace the use of other video conferencing systems in the judicial environment. VHS is currently used on a relatively small scale and the intention is to enhance the existing service and roll it out across the judicial estate. The capability to enable remote hearings, irrespective of platform, was a significant component of HMCTS's Covid response and ongoing recovery. Conducting remote hearings is now an integral part of daily business and the benefits are widely acknowledged. The procurement will be managed via the Ministry of Justice eSourcing system. If you have not yet registered on the eSourcing Portal, this can be done online at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Interested suppliers must be registered on this site and will need to complete and sign an Ethical Wall Agreement and a Confidentiality Agreement to access the procurement documents. Once the Ethical Wall Agreement and the Confidentiality Agreement is completed and signed the Authority will invite the interested supplier, provided it is registered on the above site, to access the procurement. The Ethical Wall Agreement and Confidentiality Agreement can be obtained by sending an email to vhprocurement@justice.gov.uk The Authority intends to hold an information event to provide interested suppliers with an overview of the invitation to tender documentation. This will be held an on-line event and will take place on 26 May 2023, time TBC. To attend this event interested suppliers must have returned the Ethical Wall Agreement and the Confidentiality Agreement. Slides/Q&A from the event will be made available to interested suppliers, (after completing an Ethical Wall Agreement and the Confidentiality Agreement), should they not attend the event on that day. Further details in relation to the event will be provided once this documentation is returned. Following the return of a completed Ethical Wall Agreement and Confidentiality Agreement, provided they are registered on the Ministry of Justice e-sourcing system, potential bidders will be able to access the Procurement Process Documents.",
                "status": "active",
                "value": {
                    "amount": 24000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Initial Term of the proposed Contract will be 3 years with the option for the Authority to extend for two (2) further periods each of one (1) year in duration, up to a maximum extension period of two (2) years in aggregate."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Initial Term of the proposed Contract will be 3 years with the option for the Authority to extend for two (2) further periods each of one (1) year in duration, up to a maximum extension period of two (2) years in aggregate."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "48515000",
                        "description": "Video conferencing software package"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72220000",
                        "description": "Systems and technical consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72230000",
                        "description": "Custom software development services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72250000",
                        "description": "System and support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-03-31T00:00:00+01:00",
            "atypicalToolUrl": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html"
        },
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As stated in the procurement documents.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "As stated in the procurement documents."
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-07-13T16:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 150
            }
        },
        "awardPeriod": {
            "startDate": "2023-07-13T16:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-07-13T16:00:00+01:00"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-6365",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "102 Petty France",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1H 9AJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mark Skurr",
                "telephone": "+44 02033343555",
                "email": "vhprocurement@justice.gov.uk",
                "url": "https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/ministry-of-justice",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ],
                "buyerProfile": "http://www.gov.uk/government/organisations/ministry-of-justice/about/procurement"
            }
        },
        {
            "id": "GB-FTS-25734",
            "name": "The High Court of England and Wales",
            "identifier": {
                "legalName": "The High Court of England and Wales"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-6365",
        "name": "Ministry of Justice"
    },
    "language": "en"
}