Planning

Request for Information for Body Worn Video Devices, Management Software, and Support

NATIONAL CRIME AGENCY

This public procurement record has 1 release in its history.

Planning

12 Aug 2024 at 13:05

Summary of the contracting process

The National Crime Agency (NCA) is currently in the planning stage of a procurement process for Body Worn Video (BWV) Devices, Management Software, and Support, outlined in a Request for Information (RFI). This initiative falls under the "Television and radio receivers, and sound or video recording or reproducing apparatus" industry category and spans multiple locations across the United Kingdom. The process is aimed at obtaining industry feedback on initial requirements and delivery strategy for a BWV solution. Interested suppliers are encouraged to submit their responses by 23 August 2024 via the NCA's ATAMIS e-tendering solution, with formal tender documentation anticipated to follow this initial RFI phase.

This procurement initiative represents a substantial opportunity for businesses specialising in surveillance and security systems, police equipment, and cameras. The NCA's requirements include scalable solutions that can be implemented on-premises or as cloud-based platforms, accentuating the need for UK-based staff and stringent security vetting. Companies capable of offering ready-to-deploy solutions that align with the NCA's security and operational standards are particularly well-suited to compete. Engaging in this RFI process allows businesses to shape the commercial strategy and demonstrate their capabilities, potentially paving the way for future contractual engagements and fostering growth in the public safety technology sector.

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

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.

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

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

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-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"
}