Notice Information
Notice Title
Automated Transcription Solution
Notice Description
Police forces routinely conduct audio and video-recorded interviews that require transcription for investigative, evidential, and reporting purposes. Currently, transcription processes involve significant manual effort, which is both time-consuming and resource intensive. The purpose of this procurement is to acquire an advanced transcription solution that enhances efficiency while maintaining very high accuracy and compliance with UK policing standards for both Surrey and Sussex Police.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04efe1
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/033284-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Competitive flexible 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
48100000 - Industry specific software package
48170000 - Compliance software package
48219300 - Administration software package
48222000 - Web server software package
48314000 - Voice recognition software package
48422000 - Software package suites
48500000 - Communication and multimedia software package
48510000 - Communication software package
48517000 - IT software package
48740000 - Foreign language translation software package
72000000 - IT services: consulting, software development, Internet and support
72212510 - Communication software development services
72312000 - Data entry services
Notice Value(s)
- Tender Value
- £100,000 £100K-£500K
- Lots Value
- £100,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Jun 20258 months ago
- Submission Deadline
- 25 Jul 2025Expired
- Future Notice Date
- 21 May 2025Expired
- Award Date
- Not specified
- Contract Period
- 9 Sep 2025 - 7 Sep 2027 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE POLICE & CRIME COMMISSIONER FOR SUSSEX
- Additional Buyers
- Contact Name
- Paige Ward
- Contact Email
- jointprocurementservice@surrey.police.uk
- Contact Phone
- 07554407743
Buyer Location
- Locality
- LEWES
- Postcode
- BN7 2FZ
- Post Town
- Brighton
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ22 East Sussex CC
- Delivery Location
- Not specified
-
- Local Authority
- Lewes
- Electoral Ward
- Lewes Bridge
- Westminster Constituency
- Lewes
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/033284-2025
18th June 2025 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/010469-2025
20th March 2025 - Planned procurement notice on Find a Tender
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-04efe1-2025-06-18T13:29:07+01:00",
"date": "2025-06-18T13:29:07+01:00",
"ocid": "ocds-h6vhtk-04efe1",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "010469-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/010469-2025",
"datePublished": "2025-03-20T15:25:53Z",
"format": "text/html"
}
]
},
"parties": [
{
"id": "GB-PPON-PPLN-2959-YWYQ",
"name": "The Police & Crime Commissioner for Sussex",
"identifier": {
"scheme": "GB-PPON",
"id": "PPLN-2959-YWYQ"
},
"address": {
"streetAddress": "Sackville House, Brooks Close",
"locality": "Lewes",
"postalCode": "BN7 2FZ",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ22"
},
"contactPoint": {
"name": "Paige Ward",
"email": "JointProcurementService@Surrey.Police.UK",
"telephone": "07554407743"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PPLN-2959-YWYQ",
"name": "The Police & Crime Commissioner for Sussex"
},
"tender": {
"id": "JPS1754",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Automated Transcription Solution",
"description": "Police forces routinely conduct audio and video-recorded interviews that require transcription for investigative, evidential, and reporting purposes. Currently, transcription processes involve significant manual effort, which is both time-consuming and resource intensive. The purpose of this procurement is to acquire an advanced transcription solution that enhances efficiency while maintaining very high accuracy and compliance with UK policing standards for both Surrey and Sussex Police.",
"status": "active",
"items": [
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "48170000",
"description": "Compliance software package"
},
{
"scheme": "CPV",
"id": "48219300",
"description": "Administration software package"
},
{
"scheme": "CPV",
"id": "48222000",
"description": "Web server software package"
},
{
"scheme": "CPV",
"id": "48314000",
"description": "Voice recognition software package"
},
{
"scheme": "CPV",
"id": "48422000",
"description": "Software package suites"
},
{
"scheme": "CPV",
"id": "48500000",
"description": "Communication and multimedia software package"
},
{
"scheme": "CPV",
"id": "48510000",
"description": "Communication software package"
},
{
"scheme": "CPV",
"id": "48517000",
"description": "IT software package"
},
{
"scheme": "CPV",
"id": "48740000",
"description": "Foreign language translation software package"
},
{
"scheme": "CPV",
"id": "72000000",
"description": "IT services: consulting, software development, Internet and support"
},
{
"scheme": "CPV",
"id": "72212510",
"description": "Communication software development services"
},
{
"scheme": "CPV",
"id": "72312000",
"description": "Data entry services"
}
],
"relatedLot": "LOT-0001"
}
],
"value": {
"amountGross": 120000,
"amount": 100000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "This will be a 2 stage competitive flexible procedure: Stage 1: Paper Submissions - Tenderers will be asked to confirm compliance with a series of must, should and could criteria to which a quantitative score will be issued, they will also be asked to provide pricing information based on information provided within the Invitation to Tender, and may be asked to respond to a series of qualitative questions for which suppliers will be scored on a 0-5 basis with written feedback also provided. Stag 2: Demonstration and Testing phase: The top scoring tenderers from stage 1, will be asked to provide a demonstration of their solution. The Authority will then test this solution over a period of up to one month against criteria which will be provided within the invitation to tender. Solutions in stage 2 will again receive both a quantitative numerical score and qualitative feedback as to the justification for that score. The supplier with the highest technical score from stage 2 and pricing score from stage 1 combined will be awarded the contract."
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"submissionMethodDetails": "https://sell2.in-tend.co.uk/blpd",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-07-25T12:00:00Z"
},
"enquiryPeriod": {
"endDate": "2025-07-11T12:00:00+00:00"
},
"awardPeriod": {
"endDate": "2025-08-15T23:59:59+00:00"
},
"lots": [
{
"id": "LOT-0001",
"status": "active",
"value": {
"amountGross": 120000,
"amount": 100000,
"currency": "AED"
},
"contractPeriod": {
"startDate": "2025-09-09T00:00:00+00:00",
"endDate": "2027-09-07T23:59:59+00:00",
"maxExtentDate": "2030-09-06T23:59:59+00:00"
},
"awardCriteria": {
"weightingDescription": "Price: 25% Technical: 32.5% Quality 32.5% Social Value 10%",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Price: 25% Technical: 32.5% Quality 32.5% Social Value 10%"
}
]
},
"hasRenewal": true,
"renewal": {
"description": "5 x 1 year extension options"
}
}
],
"communication": {
"futureNoticeDate": "2025-05-21T23:59:59+00:00"
},
"contractTerms": {
"financialTerms": "30 days upon receipt of valid include unless invoice is reasonably disputed in writing."
},
"riskDetails": "Requirement to increase or decrease the number of hours required for transcription as demand in the Authority changes.",
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "033284-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/033284-2025",
"datePublished": "2025-06-18T13:29:07+01:00",
"format": "text/html"
}
]
},
"language": "en"
}