Planning

Electronic Presentation of Evidence - Court Equipment and Presentation Packages PR 2025 083

  • Crown Prosecution Service

UK3: Planned procurement notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-002011

Procurement identifier (OCID): ocds-h6vhtk-05215c (view related notices)

Published 9 January 2026, 4:05pm

Last edited 9 January 2026, 4:26pm

Show all versions Hide all versions


This is an old version of this notice. View the latest version.

Scope

Reference

PR 2025 083

Description

This notice is not a call for competition. Its purpose is to make the market aware of this opportunity, which currently has an indicative publication date of 09/02/26.

Lot One: Court Equipment

The Contract (Framework Agreement) will be for a two-year duration. The estimated whole life contract value is £3,817,997.85 ex-VAT /£4,581,597.42 inc-VAT.

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. In addition to this hardware, 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 covering England and Wales, and no single tenderer may hold the primary role (i.e., first-ranked position) in more than one zone.

Potemtial zones by CPS Areas:

Zone 1

Cymru/Wales

Mersey-Cheshire

North East

North West

Yorkshire and Humberside

Zone 2

East Midlands

East of England

West Midlands

Zones 3

London North & South*

South East

South West

Thames and Chiltern

Wessex

Existing spend and utilisation data for Court Equipment services is partially corrupted, meaning that accurate projections for specific equipment types and zone level spend data cannot be detailed. To help Tenderers prepare their bids the following historic trend information is provided:

a) approximately 10% of Court Equipment enabled cases required a tablet.

b) approximately 15% of Court Equipment enabled cases required an operator.

c) approximately 81% of Court Equipment enabled cases required one or more large screens.

d) approximately 89% of Court Equipment enabled cases required had one or more speakers.

e) approximately 90% of Court Equipment enabled cases utilised one or more laptops.

f) approximately 97% of Court Equipment enabled cases utilised standard screens.

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 £1,015,463.83 ex-VAT/ £1,218,556.60 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 chronological timelines to link related documents and other Source Materials

b) forensic injury mapping - including interpretation of pathologist reports

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

This lot shall operate on a national basis, across England and Wales.

Existing spend and utilisation data for Presentation Packages services is partially corrupted, meaning that accurate demand forecasts cannot be provided. To help tenderers prepare their bids the following historic trend information is provided:

a) approximately 36% of Presentation Packages required graphics with 5 or less external injuries.

b) approximately 65% of Presentation Packages required graphics with 6-12 external injuries.

c) approximately 97% of Presentation Packages required graphics depicting internal injuries.

d) approximately 97% of Presentation Packages required project management support from the supplier.

Commercial tool

Establishes a framework

Total value (estimated)

  • £4,833,461.68 excluding VAT
  • £5,800,154.02 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 March 2027 to 28 February 2029
  • 2 years

Main procurement category

Services

CPV classifications

  • 72222300 - Information technology services

Lot 1. Court Equipment

Description

As per Precurement Description

Lot value (estimated)

  • £3,817,997.85 excluding VAT
  • £4,581,597.42 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Presentation Packages

Description

As per Procurement Description

Lot value (estimated)

  • £1,015,463.83 excluding VAT
  • £1,218,556.60 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

1) Serious Fraud Office.

2) Others are to be confirmed.


Submission

Publication date of tender notice (estimated)

9 February 2026

Tender submission deadline

30 March 2026, 11:59pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

15 July 2026


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical

Indicative (Includes Social Value)

Quality 60%
Commercial

Indicative

Price 40%

Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Procedure

Procedure type

Open procedure


Contracting authority

Crown Prosecution Service

  • Public Procurement Organisation Number: PYLM-7862-RZBG

102 Petty France

London

SW1H 9EA

United Kingdom

Region: UKI32 - Westminster

Organisation type: Public authority - central government