Award

Supply and Maintenance of Body Worn Cameras, Accessories and Cloud Solutions

  • Translink

UK6: Contract award notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-083739

Procurement identifier (OCID): ocds-h6vhtk-05cdb1 (view related notices)

Published 17 December 2025, 11:35am



Scope

Description

Translink seeks to appoint a single supplier framework to support the supply of Body

Worn cameras accessories and associated cloud evidence management system.

We require devices that are suitably robust and fit for purpose in an operational

environment. In additional, device must be simple to use (click and play) and meet the

detailed requirements listed below. Any footage captured must be of suitable quality to

assist with internal incident investigations and to meet evidential thresholds as required by

the PSNI and civil/criminal courts.

The chosen supplier will also be required to provide an associated cloud-based evidence

management system capable of fulfilling business requirements with respect to device

issue, footage upload, footage/incident review and secure onward sharing of incidents

Commercial tool

Establishes a framework


Contract 1

Supplier

Contract value

  • £3,000,000 excluding VAT
  • £3,600,000 including VAT

Above the relevant threshold

Award decision date

17 December 2025

Date assessment summaries were sent to tenderers

17 December 2025

Standstill period

  • End: 30 December 2025
  • 8 working days

Earliest date the contract will be signed

5 January 2026

Contract dates (estimated)

  • 6 January 2026 to 5 January 2031
  • Possible extension to 5 January 2034
  • 8 years

Description of possible extension:

Options to extend for up and including 36 months.

Main procurement category

Goods

Options

The right to additional purchases while the contract is valid.

The right to additional purchases while the contract is valid.

Throughout the duration of the contract, Translink reserves the right to remove, add or

modify the contract. This is to allow for new advances within technology, or change in

operational requirements of service delivery, environmental considerations and specific

items installed in its locations. This will not affect the overall operation of the contract.

CPV classifications

  • 35100000 - Emergency and security equipment

Information about tenders

  • 8 tenders received
  • 7 tenders assessed in the final stage:
    • 6 submitted by small and medium-sized enterprises (SME)
    • 0 submitted by voluntary, community and social enterprises (VCSE)
  • 1 supplier awarded contracts
  • 6 suppliers unsuccessful (details included for contracts over £5 million)

Procedure

Procedure type

Open procedure

Special regime

Utilities


Supplier

RADIOCOMS SYSTEMS LIMITED

  • Companies House: 04544886
  • Public Procurement Organisation Number: PVYZ-4211-ZRMW

Unit 2 & 3 The Chase Centre, 8 Chase Road

London

NW10 6QD

United Kingdom

Region: UKI73 - Ealing

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1


Contracting authority

Translink

  • Public Procurement Organisation Number: PTMT-7134-NRMV

22 Great Victoria Street

Belfast

BT2 7LX

United Kingdom

Region: UKN06 - Belfast

Organisation type: Public undertaking (commercial organisation subject to public authority oversight)

Devolved regulations that apply: Northern Ireland