Notice Information
Notice Title
Electronic Presentation of Evidence - Court Equipment and Presentation Packages PR 2025 083
Notice Description
This Procurement will establish a Framework Agreement for the Electronic Presentation of Evidence (EPE): Court Equipment and Presentation Packages. The services covered by this Framework Agreement have been divided into two lots, and each Lot shall operate for a period of two (2) years. Lot 1 shall be utilised by both the Crown Prosecution Service and the Serious Fraud Office. Lot 2 shall be utilised by the Crown Prosecution Service. Additionally, both lots within this Framework are open for use by any other Contracting Authorities (as defined in the Procurement Act 2023) whose activity requires the services procured in a Court, Tribunal, or similar setting, e.g. wider member of the criminal justice system, The Ministry of Justice, Police Forces, the National Crime Agency etc. Lot One: Court Equipment The Contract (Framework Agreement) will be for a two-year duration. The estimated whole life contract value is PS3,817,997.85 ex-VAT /PS4,581,597.42 inc-VAT. Tenderers should note that Framework Agreements offer no guarantee of business over their term. The service requires the temporary installation of a range of audio, video, and tablet hardware to facilitate the electronic presentation of evidence in a court (or alternative) setting over the course of a trial. Technician support will be required for, a) equipment installation and removal, b) user training, c) onsite support. This lot shall be divided into three geographical zones, for full details of each zone please refer to ITT Document 2 (note: Court Equipment services at The Central Criminal Court of England and Wales, also known as The Old Bailey, are excluded from this tender). A maximum of four (4) ranked Tenderers shall be awarded a place in each zone. Services will be commissioned via Direct Award (by rank) each time a call-off is made within any given zone (for more complex requirements the Authority reserves the right to utilise a competitive selection process as detailed in the ITT suite). For the avoidance of doubt, the first-ranked Tenderer in each zone will hold the primary role and be offered each call-off opportunity first, followed by the second-ranked Tenderer, then the third, and finally the fourth. Bidding and Award Process: a) Tenderers may bid for any number of zones, however, no single Tenderer may hold the primary role (i.e., first-ranked position) in more than one geographical zone. b) The highest-scoring Tenderer in each zone shall be awarded the primary role for that zone, unless the situation in point (a) (above) occurs. If point (a) occurs the following steps will be taken. i. The highest scoring Tenderer will be asked to choose which zone they wish to hold the primary role for. ii. The next highest-scoring Tenderer will then be offered the primary role in the other zone(s). iii. If the second Tenderer accepts the primary zone(s), point (i) will then apply should they be successful in more than one zone. iv. The final primary role will be awarded to the highest scoring Tenderer who does not already hold a primary role in the other two zones. v. Once primary roles are assigned, ranks 2, 3, and 4 will be awarded based on score within each zone. Lot Two: Presentation Packages The Contract (Framework Agreement) will be for a two-year duration. The estimated whole life contract value inclusive of all options is PS1,015,463.83 ex-VAT/ PS1,218,556.60 inc-VAT. The service requires the transformation of various forms of evidence (e.g. photographs, CCTV, audio files, technical drawings etc) into a digital format that is easily understandable, and can be presented in a court (or alternative) setting, including but not limited to; a) creation of a chronological timelines to link related documents and other Source Materials b) forensic injury mapping - including interpretation of pathologist report c) closed circuit television and video enhancement d) audio enhancement e) voice distortion f) Technician support may be required for; g) supplying the relevant presentation package to the court h) conducting a test of the presentation on the display equipment available in the court i) operation of the package throughout the course of the hearing This lot shall operate on a national basis, across England and Wales. A maximum of four (4) ranked Tenderers shall be awarded a place in this lot (ranks will be dictated by final scores). The majority of services will be commissioned via Direct Award (by rank) each time a call-off is made. For the avoidance of doubt, the first ranked Tenderer will be offered each call-off opportunity first, followed by the second ranked Tenderer, then the third, and finally the fourth (for more complex requirements the Authority reserves the right to utilise a competitive selection process as detailed in the ITT suite). Additional notes: - Social Value will be applied to the Technical Evaluation part of this tender process.
Lot Information
Court Equipment
The service requires the temporary installation of a range of audio, video, and tablet hardware to facilitate the electronic presentation of evidence in a court (or alternative) setting over the course of a trial. Technician support will be required for, a) equipment installation and removal, b) user training, c) onsite support.
Presentation PackagesThe service requires the transformation of various forms of evidence (e.g. photographs, CCTV, audio files, technical drawings etc) into a digital format that is easily understandable, and can be presented in a court (or alternative) setting, including but not limited to; a) creation of a chronological timelines to link related documents and other Source Materials b) forensic injury mapping - including interpretation of pathologist report c) closed circuit television and video enhancement d) audio enhancement e) voice distortion Technician support may be required for; a) supplying the relevant presentation package to the court b) conducting a test of the presentation on the display equipment available in the court c) operation of the package throughout the course of the hearing
Planning Information
All supplier engagement for this opportunity, inlcuding that with incumbent suppliers, will be facilitated via a Request for Information process. To record your interest in this process please access the opportunity via the CPS e-sourcing portal: https://cps.bravosolution.co.uk/web/login.html The project reference is 13922 If you have not already registered for the CPS e-sourcing portal, please select the “Click here to register!” button to create an account. Please note the RFI may not be visable to suppliers until Wedsnesday 11th June 2025.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05215c
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031620-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
72222300 - Information technology services
Notice Value(s)
- Tender Value
- £4,833,461 £1M-£10M
- Lots Value
- £4,833,460 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Apr 20262 weeks ago
- Submission Deadline
- 15 May 20263 weeks to go
- Future Notice Date
- 2 Apr 2026Expired
- Award Date
- Not specified
- Contract Period
- 30 Jun 2027 - 30 Jun 2029 2-3 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
- CROWN PROSECUTION SERVICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 9EA
- 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
- TLC North East (England), TLD North West (England), TLF East Midlands (England), TLG West Midlands (England), TLH East (England), TLJ South East (England), TLK South West (England), TLL Wales
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/031620-2026
7th April 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/029180-2026
30th March 2026 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/018345-2026
2nd March 2026 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/013641-2026
13th February 2026 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/011243-2026
9th February 2026 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/002033-2026
9th January 2026 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/002011-2026
9th January 2026 - Planned procurement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/031270-2025
10th June 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/025939-2025
23rd May 2025 - Pipeline 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-05215c-2026-04-07T16:38:43+01:00",
"date": "2026-04-07T16:38:43+01:00",
"ocid": "ocds-h6vhtk-05215c",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "025939-2025",
"documentType": "plannedProcurementNotice",
"noticeType": "UK1",
"description": "Pipeline notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/025939-2025",
"datePublished": "2025-05-23T11:04:57+01:00",
"format": "text/html"
},
{
"id": "031270-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/031270-2025",
"datePublished": "2025-06-10T13:50:32+01:00",
"format": "text/html"
},
{
"id": "002011-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/002011-2026",
"datePublished": "2026-01-09T16:05:53Z",
"format": "text/html"
},
{
"id": "002033-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/002033-2026",
"datePublished": "2026-01-09T16:26:32Z",
"format": "text/html"
},
{
"id": "011243-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/011243-2026",
"datePublished": "2026-02-09T09:57:11Z",
"format": "text/html"
},
{
"id": "013641-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/013641-2026",
"datePublished": "2026-02-13T17:37:16Z",
"format": "text/html"
},
{
"id": "018345-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/018345-2026",
"datePublished": "2026-03-02T11:24:41Z",
"format": "text/html"
},
{
"id": "029180-2026",
"documentType": "plannedProcurementNotice",
"noticeType": "UK3",
"description": "Planned procurement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/029180-2026",
"datePublished": "2026-03-30T14:59:26+01:00",
"format": "text/html"
}
],
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "All supplier engagement for this opportunity, inlcuding that with incumbent suppliers, will be facilitated via a Request for Information process. To record your interest in this process please access the opportunity via the CPS e-sourcing portal: https://cps.bravosolution.co.uk/web/login.html The project reference is 13922 If you have not already registered for the CPS e-sourcing portal, please select the \"Click here to register!\" button to create an account. Please note the RFI may not be visable to suppliers until Wedsnesday 11th June 2025.",
"dueDate": "2025-06-19T23:59:59+01:00",
"status": "scheduled"
}
]
},
"parties": [
{
"id": "GB-PPON-PYLM-7862-RZBG",
"name": "Crown Prosecution Service",
"identifier": {
"scheme": "GB-PPON",
"id": "PYLM-7862-RZBG"
},
"address": {
"streetAddress": "102 Petty France",
"locality": "London",
"postalCode": "SW1H 9EA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "CommercialInbox@cps.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.cps.gov.uk/",
"classifications": [
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PYLM-7862-RZBG",
"name": "Crown Prosecution Service"
},
"tender": {
"id": "PR 2025 083",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Electronic Presentation of Evidence - Court Equipment and Presentation Packages PR 2025 083",
"description": "This Procurement will establish a Framework Agreement for the Electronic Presentation of Evidence (EPE): Court Equipment and Presentation Packages. The services covered by this Framework Agreement have been divided into two lots, and each Lot shall operate for a period of two (2) years. Lot 1 shall be utilised by both the Crown Prosecution Service and the Serious Fraud Office. Lot 2 shall be utilised by the Crown Prosecution Service. Additionally, both lots within this Framework are open for use by any other Contracting Authorities (as defined in the Procurement Act 2023) whose activity requires the services procured in a Court, Tribunal, or similar setting, e.g. wider member of the criminal justice system, The Ministry of Justice, Police Forces, the National Crime Agency etc. Lot One: Court Equipment The Contract (Framework Agreement) will be for a two-year duration. The estimated whole life contract value is PS3,817,997.85 ex-VAT /PS4,581,597.42 inc-VAT. Tenderers should note that Framework Agreements offer no guarantee of business over their term. The service requires the temporary installation of a range of audio, video, and tablet hardware to facilitate the electronic presentation of evidence in a court (or alternative) setting over the course of a trial. Technician support will be required for, a) equipment installation and removal, b) user training, c) onsite support. This lot shall be divided into three geographical zones, for full details of each zone please refer to ITT Document 2 (note: Court Equipment services at The Central Criminal Court of England and Wales, also known as The Old Bailey, are excluded from this tender). A maximum of four (4) ranked Tenderers shall be awarded a place in each zone. Services will be commissioned via Direct Award (by rank) each time a call-off is made within any given zone (for more complex requirements the Authority reserves the right to utilise a competitive selection process as detailed in the ITT suite). For the avoidance of doubt, the first-ranked Tenderer in each zone will hold the primary role and be offered each call-off opportunity first, followed by the second-ranked Tenderer, then the third, and finally the fourth. Bidding and Award Process: a) Tenderers may bid for any number of zones, however, no single Tenderer may hold the primary role (i.e., first-ranked position) in more than one geographical zone. b) The highest-scoring Tenderer in each zone shall be awarded the primary role for that zone, unless the situation in point (a) (above) occurs. If point (a) occurs the following steps will be taken. i. The highest scoring Tenderer will be asked to choose which zone they wish to hold the primary role for. ii. The next highest-scoring Tenderer will then be offered the primary role in the other zone(s). iii. If the second Tenderer accepts the primary zone(s), point (i) will then apply should they be successful in more than one zone. iv. The final primary role will be awarded to the highest scoring Tenderer who does not already hold a primary role in the other two zones. v. Once primary roles are assigned, ranks 2, 3, and 4 will be awarded based on score within each zone. Lot Two: Presentation Packages The Contract (Framework Agreement) will be for a two-year duration. The estimated whole life contract value inclusive of all options is PS1,015,463.83 ex-VAT/ PS1,218,556.60 inc-VAT. The service requires the transformation of various forms of evidence (e.g. photographs, CCTV, audio files, technical drawings etc) into a digital format that is easily understandable, and can be presented in a court (or alternative) setting, including but not limited to; a) creation of a chronological timelines to link related documents and other Source Materials b) forensic injury mapping - including interpretation of pathologist report c) closed circuit television and video enhancement d) audio enhancement e) voice distortion f) Technician support may be required for; g) supplying the relevant presentation package to the court h) conducting a test of the presentation on the display equipment available in the court i) operation of the package throughout the course of the hearing This lot shall operate on a national basis, across England and Wales. A maximum of four (4) ranked Tenderers shall be awarded a place in this lot (ranks will be dictated by final scores). The majority of services will be commissioned via Direct Award (by rank) each time a call-off is made. For the avoidance of doubt, the first ranked Tenderer will be offered each call-off opportunity first, followed by the second ranked Tenderer, then the third, and finally the fourth (for more complex requirements the Authority reserves the right to utilise a competitive selection process as detailed in the ITT suite). Additional notes: - Social Value will be applied to the Technical Evaluation part of this tender process.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
}
],
"deliveryAddresses": [
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKL",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKC",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKD",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKF",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKG",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKH",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "72222300",
"description": "Information technology services"
}
],
"relatedLot": "2"
}
],
"value": {
"amountGross": 5800154.02,
"amount": 4833461.68,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true,
"vcse": true
},
"contractPeriod": {
"startDate": "2027-07-01T00:00:00+01:00",
"endDate": "2029-06-30T23:59:59+01:00"
},
"status": "active",
"title": "Court Equipment",
"description": "The service requires the temporary installation of a range of audio, video, and tablet hardware to facilitate the electronic presentation of evidence in a court (or alternative) setting over the course of a trial. Technician support will be required for, a) equipment installation and removal, b) user training, c) onsite support.",
"value": {
"amountGross": 4581597.42,
"amount": 3817997.85,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "Indicative (Includes Social Value)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Indicative",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"description": "Indicative (Includes Social Value)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Indicative",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"description": "Indicative (Includes Social Value)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Indicative",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"description": "Indicative (Includes Social Value)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Indicative",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"description": "Indicative (Includes Social Value)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Indicative",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"description": "Indicative (Includes Social Value)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Indicative",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"description": "o Section 1: Technical Questions (83%) o Section 2: Social Value Evaluation (17%) Minimum scores apply to Technical Question 1.",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"description": "Final Weighted Score as detailed in the Financiel Response Template",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
}
},
{
"id": "2",
"title": "Presentation Packages",
"description": "The service requires the transformation of various forms of evidence (e.g. photographs, CCTV, audio files, technical drawings etc) into a digital format that is easily understandable, and can be presented in a court (or alternative) setting, including but not limited to; a) creation of a chronological timelines to link related documents and other Source Materials b) forensic injury mapping - including interpretation of pathologist report c) closed circuit television and video enhancement d) audio enhancement e) voice distortion Technician support may be required for; a) supplying the relevant presentation package to the court b) conducting a test of the presentation on the display equipment available in the court c) operation of the package throughout the course of the hearing",
"status": "active",
"value": {
"amountGross": 1218556.6,
"amount": 1015463.83,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Technical",
"description": "Indicative (Includes Social Value)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Indicative",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"description": "Indicative (Includes Social Value)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Indicative",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"description": "Indicative (Includes Social Value)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Indicative",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"description": "Indicative (Includes Social Value)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Indicative",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"description": "Indicative (Includes Social Value)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Indicative",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"description": "Indicative (Includes Social Value)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "price",
"name": "Commercial",
"description": "Indicative",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"description": "o Section 1: Technical Questions (83%) o Section 2: Social Value Evaluation (17%)",
"numbers": [
{
"number": 60,
"weight": "percentageExact"
}
]
},
{
"type": "cost",
"name": "Commercial",
"numbers": [
{
"number": 40,
"weight": "percentageExact"
}
]
}
]
},
"contractPeriod": {
"startDate": "2027-07-01T00:00:00+01:00",
"endDate": "2029-06-30T23:59:59+01:00"
}
}
],
"communication": {
"futureNoticeDate": "2026-04-02T23:59:59+01:00"
},
"status": "active",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"method": "withAndWithoutReopeningCompetition",
"type": "open",
"buyerCategories": "Lot 1 shall be utilised by both the Crown Prosecution Service and the Serious Fraud Office. Lot 2 shall be utilised by the Crown Prosecution Service. Additionally, both lots within this Framework are open for use by any other Contracting Authorities (as defined in the Procurement Act 2023) whose activity requires the services procured in a Court, Tribunal, or similar setting, e.g. wider member of the criminal justice system, The Ministry of Justice, Police Forces, the National Crime Agency etc.",
"description": "LOT ONE: This lot shall be divided into three geographical zones, for full details of each zone please refer to ITT Document 2 (note: Court Equipment services at The Central Criminal Court of England and Wales, also known as The Old Bailey, are excluded from this tender). A maximum of four (4) ranked Tenderers shall be awarded a place in each zone. Services will be commissioned via Direct Award (by rank) each time a call-off is made within any given zone (for more complex requirements the Authority reserves the right to utilise a competitive selection process as detailed in the ITT suite). For the avoidance of doubt, the first-ranked Tenderer in each zone will hold the primary role and be offered each call-off opportunity first, followed by the second-ranked Tenderer, then the third, and finally the fourth. Ranks shall be dictated by final scores, subject to the below: Bidding and Award Process: a) Tenderers may bid for any number of zones, however, no single Tenderer may hold the primary role (i.e., first-ranked position) in more than one geographical zone. b) The highest-scoring Tenderer in each zone shall be awarded the primary role for that zone, unless the situation in point (a) (above) occurs. If point (a) occurs the following steps will be taken. i. The highest scoring Tenderer will be asked to choose which zone they wish to hold the primary role for. ii. The next highest-scoring Tenderer will then be offered the primary role in the other zone(s) bid for. iii. If the second Tenderer accepts the primary zone(s), point (i) will then apply should they be successful in more than one zone. iv. The final primary role will be awarded to the highest scoring Tenderer who does not already hold a primary role in the other two zones. v. Once primary roles are assigned, ranks 2, 3, and 4 will be awarded based on score within each zone. LOT 2: This lot shall operate on a national basis, across England and Wales. A maximum of four (4) ranked Tenderers shall be awarded a place in this lot (ranks will be dictated by final scores). The majority of services will be commissioned via Direct Award (by rank) each time a call-off is made. For the avoidance of doubt, the first ranked Tenderer will be offered each call-off opportunity first, followed by the second ranked Tenderer, then the third, and finally the fourth (for more complex requirements the Authority reserves the right to utilise a competitive selection process as detailed in the ITT suite). COMPLIANCE: Initially, bids shall undergo a mandatory compliance check (as detailed in paragraph 76 of the ITT): The Authority will use this step to confirm that neither the Tenderer, nor any related persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed sub-contractors are listed on the Cabinet Office debarment list. To the extent that any such entities are listed on the debarment list, the Authority will consider whether to exclude the Tenderer from participating in the Procurement in accordance with its obligations under the Act. In addition, the Authority will consider whether any Tenderer or related persons within its corporate group, associated persons relied on to meet the conditions of participation, or proposed sub-contractors are excluded or excludable Tenderers, and before the Authority determines that a Tenderer is an excluded or excludable Tenderer, it will provide the Tenderer reasonable opportunity to make representations and provide evidence as is proportionate in the circumstances. If the Tenderer is an excluded or excludable Tenderer only by virtue of an associated person or proposed sub-contractor, the Authority will notify the Tenderer of its intention to exclude the Tenderer and provide the Tenderer with reasonable opportunity to replace the associated person or sub-contractor. If as a consequence of this process the Authority excludes the Tenderer from participating in the Procurement, or is aware of an associated person or sub-contract having been replaced, it will give notice of this fact within 30 days of its decision to the Procurement Review Unit (PRU). The Authority will also undertake a review of the completed PSQ with reference to any information held on the Central Digital Platform. Responses to any conditions of participation will be assessed in accordance with the selection process and any selection criteria as set out in the Tender Notice, PSQ and described in the ITT. Tenderers should note that the Authority reserves the right to re-assess any response to the PSQ, in light of any new relevant information that comes to the Authority's attention. The Authority will disregard any tender from a Tenderer that does not satisfy the conditions of participation. The Authority may also disregard a tender: a. from a Tenderer that is not a United Kingdom Tenderer or a treaty state Tenderer or that intends to sub-contract the performance of all or part of the Contract to a Tenderer that is not a United Kingdom Tenderer or a treaty state Tenderer; or b. if the tender breaches a procedural requirement set out in the Tender Notice or associated tender documents; or c. if the tender offers a price that the Authority considers to be abnormally low for the performance of the Contract. Where the Authority considers that a price offered by a Tenderer in its tender is abnormally low, the Authority will notify the Tenderer and give the Tenderer reasonable opportunity to demonstrate that it will be able to perform the Contract for the price offered. The Authority will only disregard the tender if the Tenderer cannot satisfactorily demonstrate that it will be able to perform the Contract for the price offered. All responses that have not been excluded will be further considered. Tenderers will be provided with a written explanation of the reasons why they have been excluded. TECHNICAL For each Lot the following technical and commercial weightings will be used to determine the most economically advantageous tender: * Technical 60% (Technical Questions 83% and Social Value Evaluation 17%) * Commercial 40% For the Technical Stage, Question 1 for both Lots carries a minimum score requirement of 60. Should these scores not be achieved, the bid will be rejected and no further evaluation of that bid shall take place. COMMERCIAL The process is outlined in the \"The Price Scoring Methodology\" tab of the Financial Response Template. Each Lot has a dedicated Financial Response Template tab that asks bidders to submit a range of unit costs. These individual unit costs have weightings applied. A \"Final Weighted Cost\" for each lot is then calculated by the weighted costs being combined. The Final Weighted Cost is what is used to calculate scores for the Commercial Envelope. Tenderers will provide costing information in the format set out in the Financial Response Template contained in the Tender . Please note the sub-weightings and weightings detailed in the Financial Response Template (refer to \"The Price Scoring Methodology\" tab). The Tenderer should upload the completed attachment to the commercial envelope and must complete all required fields. Where we consider any of the total price(s) you have submitted to be abnormally low, we will ask you to explain the price(s) you have submitted (as required in regulation 19 of the Act). We may reject your tender where the evidence supplied does not satisfactorily account for the pricing proposed."
}
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA",
"CPTPP"
],
"submissionMethodDetails": "This procurement is being conducted via the CPS e-sourcing portal: https://cps.bravosolution.co.uk/web/login.html",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2026-05-15T17:00:00+01:00"
},
"awardPeriod": {
"endDate": "2026-10-12T23:59:59+01:00"
},
"enquiryPeriod": {
"endDate": "2026-05-01T17:00:00+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "031620-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/031620-2026",
"datePublished": "2026-04-07T16:38:43+01:00",
"format": "text/html"
}
],
"riskDetails": "- There are \"Known Risks\" detailed in the ITT as follows: Tenderers are asked to note that: a. acceleration or expansion of the DAVE project may; i. reduce demand for Court Equipment related services over the term of the Contract. ii. shift or increase demand for specific equipment types over the term of the Contract. such shifts cannot yet be predicted, and may require a variation to the Contract or service specification(s). b. there is currently a significant backlog within the England and Wales court system, with various reforms in consideration to address this. Any remedies introduced to manage this backlog may potentially result in; i. increased demand for both Court Equipment and Presentation Packages, requiring an uplift to the published contract value; or, ii. Reduced demand, as Jury based trials are replaced by Judge based hearings."
},
"language": "en"
}