Published date: 13 October 2023

Open future opportunity - This means that the buyer is not yet ready to invite bid applications but early notification has been provided and some dialogue may be possible.


Approach to market date: 1 November 2024

Contract summary

Industry

  • Radio telephones - 32236000

  • Security cameras - 35125300

Location of contract

LS1 4AP

Value of contract

£10,000,000

Procurement reference

tender_392579/1270017

Published date

13 October 2023

Approach to market date

1 November 2024

Contract start date

31 March 2026

Contract end date

1 April 2031

Contract is suitable for SMEs?

No

Contract is suitable for VCSEs?

No


Description

The Ministry of Justice is looking at potential future options for the aggregation of Body Worn Video Camera (BWVC) and TETRA (Terrestrial Trunked Radio) provision across the Prison estate. The primary user for this solution is HM Prison & Probation Service (HMPPS) and currently there are 106 public prisons and 14 private prisons across England and Wales, with BWVC and TETRA provided to the estate under separate contractual arrangements.

MOJ would like to explore the capability and capacity of the Original Equipment Manufacturer (OEM) market for the supply and maintenance of combined Body Worn Camera/TETRA (Radio) technologies. By engaging with the market, the MOJ wish to achieve the following:

- Explore the viability of a combined BWVC/TETRA device.
- Determine the market interest for combining both elements, either as a combined device or separately under one agreement.
- Gain an understanding of the latest technologies, development plans and opportunities to use them to enhance the service(s) in future.


More information

Additional text

MoJ invites expressions of interest (EOI) from Original Equipment Manufacturers to the email address in this notice by 12:00 Noon on Friday 3rd November 2023. On receiving an EOI, MoJ will issue a Confidentiality Agreement for electronic return before issuing a Briefing Pack and questionnaire which will require Suppliers to provide, at minimum:

1. Supplier company and contact details including confirmation and/or evidence of OEM status (note: we do not accept producers who, in general, do not control the means of manufacture or own the IPR to the product. MoJ's strategy of engagement with OEMs allows improved control of the supply chain and reduces risk in asset management); and

2. Technical data / evidence or capability of the Supplier product and the Suppliers operational expertise and capacity to meet the minimum requirements as set out in our Briefing Pack

MoJ will review EOI submissions and reserves the right to conduct further engagement activity with Suppliers who can demonstrate the required product capability. The outputs of the EOI exercise and any additional engagement will inform evidence-based decision making relating to a potential procurement strategy for this project.

Nothing within the notice commits the MoJ to conduct a tender exercise or enter into an Agreement and all information is indicative until and subject to change.


How to apply

Follow the instructions given in the description or the more information section.


About the buyer

Contact name

Tom Burns

Address

5, Wellington Place
Leeds
LS1 4AP
England

Email

mojprocurementsecurity@justice.gov.uk

Website

https://www.gov.uk/government/organisations/ministry-of-justice