Scope
Reference
JPS1769
Description
The Police and Crime Commissioner for Sussex on behalf of themselves and the Police and Crime Commissioner for Surrey are looking to contract with a supplier for the provision of an automated video redaction solution for teams involved in supplying material linked for both civil and criminal cases.
Amongst other things, the system will need to be able to meet the following requirements:
• Masking/blocking of logos, faces, vehicle registrations and any other features as identified by the user.
• Ability to redact video with and without audio.
• Ability to apply reverse redaction
• The ability to apply zone redaction
• Finalise the redaction
• Progressive Editing enabled - ability to edit/redact over time rather than edit all in one go (e.g., edit over a couple of shifts)
• Ability to review redactions and amend/tweak as necessary during the mark up stage.
• Ability to use both automated (automatic tracking of faces - e.g., if person moves, need the mask to move with it and track it) and manual redaction options.
• Comprehensive Redaction Editing Options (Frame-by-Frame, Real-Time Tracking, Audio, facial recognition, VRN (Vehicle Registration Number) recognition, skin blur, and object tracking)
• Ability to upload various media types and convert redacted video files in industry standards formats such as MP4, AVI etc from the Surrey and Sussex DEMs platform (currently NICE Investigate)
• Automatic recognition of other vehicle reg numbers
• Ability to collate digital groupings of evidence (photos, videos, CCTV, etc.) into case folders
• Redact audio that comes with images - e.g., remove speech other than the person requesting the info, or redact names and addresses stated by the person
• Redact audio only footage - e.g., remove speech other than the person requesting the info, or redact names and addresses stated by the person
• Run transcriptions from audio.
• Transcription Feature for Audio Redaction with Keyword/Phrase Identification
• Assign and Modify User Permissions for Each Case
• Role-Based Access Control (RBAC) Implementation
Total value (estimated)
- £200,000 excluding VAT
- £250,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 November 2025 to 31 October 2027
- Possible extension to 31 October 2029
- 4 years
Description of possible extension:
2 x 12 month extensions.
Main procurement category
Goods
CPV classifications
- 32351100 - Video-editing equipment
- 48000000 - Software package and information systems
- 48100000 - Industry specific software package
- 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
- 48310000 - Document creation software package
- 48320000 - Drawing and imaging software package
- 48500000 - Communication and multimedia software package
- 48517000 - IT software package
- 48521000 - Music or sound editing software package
Participation
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Publication date of tender notice (estimated)
2 July 2025
Enquiry deadline
18 July 2025, 1:00pm
Submission type
Tenders
Tender submission deadline
8 August 2025, 1:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
2 October 2025
Other information
Payment terms
30 days following valid invoice with relevant backing data
Description of risks to contract performance
Fluctuating need across the Forces may mean that licences require adjusting.
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
The competitive flexible is currently proposed to consist of 3 stages:
Stage 1: Down Selection; suppliers will be asked to response to the mandatory functional and non functional technical criteria, Quality questions demonstrating how they will meet the requirements and pricing information.
Stage 2: Demonstrations: Suppliers will be provided with files to demonstrate their solution against. The demonstrated solution will be scored against criteria shared in the Tender pack. It is currently expected that only the highest 3 scoring tenders from stage 1 will be invited to demo their product.
Dates will be provided for demonstrations during the stage 1 tender documents, to allow Suppliers the opportunity to put time aside should they be invited to stage 2.
Stage 3: User testing; The top scoring supplier from stage 2, will be invited onto stage 3 whereby user testing will take place. It is an expectation of the Authority that the Supplier is able to provide access to the product free of charge to undertake testing to ensure that it meets the full requirements of the authority. If the solution is deemed unsuccessful, then the 2nd highest scoring supplier from stage 2 will then be invited.
Suppliers will be provided feedback at the end of each stage in which they participate.
Reduced tendering period
Yes
Qualifying planned procurement notice - minimum 10 days
Contracting authority
The Police & Crime Commissioner for Sussex
- Public Procurement Organisation Number: PPLN-2959-YWYQ
Sackville House, Brooks Close
Lewes
BN7 2FZ
United Kingdom
Contact name: Paige Ward
Region: UKJ22 - East Sussex CC
Organisation type: Public authority - sub-central government