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
Email: mark.blythe@radiocoms.co.uk
Website: http://www.radiocoms.co.uk/
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
Email: Procurement@translink.co.uk
Region: UKN06 - Belfast
Organisation type: Public undertaking (commercial organisation subject to public authority oversight)
Devolved regulations that apply: Northern Ireland