Notice Information
Notice Title
Request for Information for Body Worn Video Devices, Management Software, and Support
Notice Description
The purpose of this Request for Information (RFI) is to engage suppliers with a summary of the National Crime Agency's (NCA) requirements for its upcoming Body Worn Video (BWV) solution. This is not a bidding opportunity and does not represent a contractual commitment but is a means by which industry can provide information. <br/><br/>We are seeking feedback on the initial requirements and delivery strategy. The services will be fully detailed in tender documentation. Any future procurement activity shall be conducted in accordance with the relevant Procurement Legislation in place at that point in time.<br/><br/>A decision by any prospective provider not to submit a response to this document will not prejudice future engagements.<br/><br/>Any costs incurred in responding to this RFI are to be covered by the supplier.<br/><br/>Please Note:<br/>This Request for Information (RFI) is an information gathering exercise, no further discussions with industry are planned at this stage.<br/><br/>The closing date for responses to this RFI 23/08/2024.<br/><br/>Should the NCA take this procurement forward, it will be issued via the NCA's ATAMIS e-tendering solution, suppliers must be registered with this platform in order to take part in any future procurement exercise.
Lot Information
Lot 1
Background:
The NCA leads the UK's fight to cut serious and organised crime, protecting the public by targeting and pursuing those criminals who pose the greatest risk to the UK.
The NCA is currently exploring a new BWV solution requirement. The requirement includes both purchase of the camera and required accessories, as well as support and maintenance at a national, enterprise level.
This RFI aims to achieve the following outcomes:
1. Inform and align the NCA requirement with industry capability and processes.
2. To inform a commercial strategy that enables the implementation of an enduring solution.
3. To explore Total Cost of Ownership (TCO) costings for the BWV solution.
Scope of Requirements:
To meet the NCA's requirements, suppliers must be able to provide upon mobilisation of any contract one of the following solutions. The NCA will not accept an offer to build a solution due to the time-critical nature of the capability. As such the solution must:
1. Be deployable onto an NCA-owned IT platform that is located on-premises. It should be assumed that the solution when installed will have no direct access to the internet for the purposes of support or updates due to the classification of the NCA IT system that it will sit on. In the case of an on-premises solution, it must be able to export identified videos to a UK-hosted cloud platform that other law enforcement partners could be given access to. OR
2. Be cloud based on a platform that is or can be assured to hold material at OFFICIAL-SENSITIVE but this must be wholly based in the United Kingdom;
3. All staff working on the live system are UK-based and must be willing to undergo vetting to at least SC enhanced.
Volumes:
The project is scoped to deliver a BWV capability to the NCA at a number of sites across the United Kingdom. It is anticipated that the numbers of sites will be between 20 and 30 and the total camera count will be up to 500, with required accessories, support and maintenance.
Data, Security and Vetting Requirements:
Should the NCA take this procurement forward, suppliers will have to meet NCA Supply Chain Security, Security Vetting and Data Security Requirements. These details will be included in any future tender but the following mandatory security requirements will apply as a minimum:
- Cyber Essentials Plus (CE+) and Cyber Essentials Requirements for IT infrastructure 2020. Where certification for Cyber Essentials Plus is not held but certification for ISO 27001 is held and is accredited by the United Kingdom Accreditation Services (UKAS) the scope must include the controls listed within Cyber Essentials Plus;
- HMG Baseline Personnel Security Standard (BPSS) 2018;
- Off-Shoring - Cabinet Office Guidance 2020; and
- Adherence to National Security Vetting
Responding to the RFI:
Responses to this RFI will be reviewed by subject matter experts from different functional areas within the NCA.
Any details provided in response to this RFI will be used for information purposes only and will not be used to determine the potential Suppliers who will be invited to bid, should the NCA proceed to tender.
The results and analysis of this RFI shall not constitute any form of pre-qualification exercise.
Nothing in this RFI, or any other engagements with Industry prior to a formal procurement process, shall be construed as a representation as to the NCA's ultimate decision in relation to the future requirement.
To respond to this RFI please complete this excel spreadsheet making sure to answer all questions and return via the Atamis Portal. Additional information: We would like to invite interested parties to register their interest via the following Atamis Supplier Portal registration link https://nca-atamis.my.site.com/ProSpend__eSourcing_Community_Registration?locale=uk.
Any issues relating to portal registration should be directed to Atamis Support at support@atamis.co.uk
To ensure there is sufficient capability and interest from the market in order to run any procurement, participants will need to complete in full and return the Request for Information questionnaire to the abovementioned Sourcing portal by:
17:00 Friday 23rd August 2024.
Please highlight any areas/barriers to bidding that you would like to discuss.
The NCA encourage only those suppliers who can meet the stated requirements to register their interest and to engage with this process to aid in determining how the NCA moves forward with this requirement.
Suppliers may submit any questions they have through the clarification section of the portal before the deadline for return of Request for Information questionnaires.
However, it should be noted that due to this being a holiday period we cannot guarantee clarifications will be responded to within a certain timeframe.
The option to engage with individual suppliers following the submission of competed RFI does not amount to a commitment to engage and any such engagement will be at the NCA's sole discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0489e8
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025436-2024
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
35 - Security, fire-fighting, police and defence equipment
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
32300000 - Television and radio receivers, and sound or video recording or reproducing apparatus
32323500 - Video-surveillance system
35120000 - Surveillance and security systems and devices
35200000 - Police equipment
38651000 - Cameras
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 12 Aug 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 30 Mar 2025Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Planned
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NATIONAL CRIME AGENCY
- Contact Name
- Not specified
- Contact Email
- commercial.department@nca.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SE11 5EN
- Post Town
- South East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI44 Lewisham and Southwark
- Delivery Location
- Not specified
-
- Local Authority
- Southwark
- Electoral Ward
- Newington
- Westminster Constituency
- Vauxhall and Camberwell Green
Further Information
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-0489e8-2024-08-12T14:05:25+01:00",
"date": "2024-08-12T14:05:25+01:00",
"ocid": "ocds-h6vhtk-0489e8",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-0489e8",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Request for Information for Body Worn Video Devices, Management Software, and Support",
"status": "planned",
"classification": {
"scheme": "CPV",
"id": "32300000",
"description": "Television and radio receivers, and sound or video recording or reproducing apparatus"
},
"mainProcurementCategory": "goods",
"description": "The purpose of this Request for Information (RFI) is to engage suppliers with a summary of the National Crime Agency's (NCA) requirements for its upcoming Body Worn Video (BWV) solution. This is not a bidding opportunity and does not represent a contractual commitment but is a means by which industry can provide information. <br/><br/>We are seeking feedback on the initial requirements and delivery strategy. The services will be fully detailed in tender documentation. Any future procurement activity shall be conducted in accordance with the relevant Procurement Legislation in place at that point in time.<br/><br/>A decision by any prospective provider not to submit a response to this document will not prejudice future engagements.<br/><br/>Any costs incurred in responding to this RFI are to be covered by the supplier.<br/><br/>Please Note:<br/>This Request for Information (RFI) is an information gathering exercise, no further discussions with industry are planned at this stage.<br/><br/>The closing date for responses to this RFI 23/08/2024.<br/><br/>Should the NCA take this procurement forward, it will be issued via the NCA's ATAMIS e-tendering solution, suppliers must be registered with this platform in order to take part in any future procurement exercise.",
"lots": [
{
"id": "1",
"description": "Background:<br/>The NCA leads the UK's fight to cut serious and organised crime, protecting the public by targeting and pursuing those criminals who pose the greatest risk to the UK.<br/><br/>The NCA is currently exploring a new BWV solution requirement. The requirement includes both purchase of the camera and required accessories, as well as support and maintenance at a national, enterprise level.<br/><br/>This RFI aims to achieve the following outcomes:<br/>1. Inform and align the NCA requirement with industry capability and processes.<br/>2. To inform a commercial strategy that enables the implementation of an enduring solution.<br/>3. To explore Total Cost of Ownership (TCO) costings for the BWV solution.<br/><br/>Scope of Requirements: <br/>To meet the NCA's requirements, suppliers must be able to provide upon mobilisation of any contract one of the following solutions. The NCA will not accept an offer to build a solution due to the time-critical nature of the capability. As such the solution must:<br/><br/>1. Be deployable onto an NCA-owned IT platform that is located on-premises. It should be assumed that the solution when installed will have no direct access to the internet for the purposes of support or updates due to the classification of the NCA IT system that it will sit on. In the case of an on-premises solution, it must be able to export identified videos to a UK-hosted cloud platform that other law enforcement partners could be given access to. OR<br/>2. Be cloud based on a platform that is or can be assured to hold material at OFFICIAL-SENSITIVE but this must be wholly based in the United Kingdom; <br/>3. All staff working on the live system are UK-based and must be willing to undergo vetting to at least SC enhanced.<br/><br/>Volumes:<br/>The project is scoped to deliver a BWV capability to the NCA at a number of sites across the United Kingdom. It is anticipated that the numbers of sites will be between 20 and 30 and the total camera count will be up to 500, with required accessories, support and maintenance. <br/><br/>Data, Security and Vetting Requirements:<br/>Should the NCA take this procurement forward, suppliers will have to meet NCA Supply Chain Security, Security Vetting and Data Security Requirements. These details will be included in any future tender but the following mandatory security requirements will apply as a minimum:<br/><br/>- Cyber Essentials Plus (CE+) and Cyber Essentials Requirements for IT infrastructure 2020. Where certification for Cyber Essentials Plus is not held but certification for ISO 27001 is held and is accredited by the United Kingdom Accreditation Services (UKAS) the scope must include the controls listed within Cyber Essentials Plus;<br/>- HMG Baseline Personnel Security Standard (BPSS) 2018;<br/>- Off-Shoring - Cabinet Office Guidance 2020; and<br/>- Adherence to National Security Vetting<br/><br/>Responding to the RFI:<br/>Responses to this RFI will be reviewed by subject matter experts from different functional areas within the NCA. <br/><br/>Any details provided in response to this RFI will be used for information purposes only and will not be used to determine the potential Suppliers who will be invited to bid, should the NCA proceed to tender. <br/><br/>The results and analysis of this RFI shall not constitute any form of pre-qualification exercise. <br/><br/>Nothing in this RFI, or any other engagements with Industry prior to a formal procurement process, shall be construed as a representation as to the NCA's ultimate decision in relation to the future requirement.<br/><br/>To respond to this RFI please complete this excel spreadsheet making sure to answer all questions and return via the Atamis Portal. Additional information: We would like to invite interested parties to register their interest via the following Atamis Supplier Portal registration link https://nca-atamis.my.site.com/ProSpend__eSourcing_Community_Registration?locale=uk.<br/><br/>Any issues relating to portal registration should be directed to Atamis Support at support@atamis.co.uk<br/><br/>To ensure there is sufficient capability and interest from the market in order to run any procurement, participants will need to complete in full and return the Request for Information questionnaire to the abovementioned Sourcing portal by:<br/>17:00 Friday 23rd August 2024.<br/><br/>Please highlight any areas/barriers to bidding that you would like to discuss.<br/><br/>The NCA encourage only those suppliers who can meet the stated requirements to register their interest and to engage with this process to aid in determining how the NCA moves forward with this requirement.<br/><br/>Suppliers may submit any questions they have through the clarification section of the portal before the deadline for return of Request for Information questionnaires.<br/><br/>However, it should be noted that due to this being a holiday period we cannot guarantee clarifications will be responded to within a certain timeframe.<br/><br/>The option to engage with individual suppliers following the submission of competed RFI does not amount to a commitment to engage and any such engagement will be at the NCA's sole discretion.",
"status": "planned"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35120000",
"description": "Surveillance and security systems and devices"
},
{
"scheme": "CPV",
"id": "35200000",
"description": "Police equipment"
},
{
"scheme": "CPV",
"id": "38651000",
"description": "Cameras"
},
{
"scheme": "CPV",
"id": "32323500",
"description": "Video-surveillance system"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "UK"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2025-03-31T00:00:00+01:00",
"atypicalToolUrl": "https://nca-atamis.my.site.com/ProSpend__eSourcing_Community_Registration?locale=uk"
},
"coveredBy": [
"GPA"
]
},
"parties": [
{
"id": "GB-FTS-106415",
"name": "National Crime Agency",
"identifier": {
"legalName": "National Crime Agency"
},
"address": {
"streetAddress": "Units 1-6, Citadel Place, Tinworth Street",
"locality": "London",
"region": "UK",
"postalCode": "SE11 5EN",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "commercial.department@nca.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.nationalcrimeagency.gov.uk/",
"buyerProfile": "https://www.nationalcrimeagency.gov.uk/",
"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"
}
]
}
}
],
"buyer": {
"id": "GB-FTS-106415",
"name": "National Crime Agency"
},
"language": "en"
}