Original Tender Description
This Procurement will establish a Framework Agreement for the Electronic Presentation of Evidence (EPE): Court Equipment and Presentation Packages. The services covered by this Framework Agreement have been divided into two lots, and each Lot shall operate for a period of two (2) years. Lot 1 shall be utilised by both the Crown Prosecution Service and the Serious Fraud Office. Lot 2 shall be utilised by the Crown Prosecution Service. Additionally, both lots within this Framework are open for use by any other Contracting Authorities (as defined in the Procurement Act 2023) whose activity requires the services procured in a Court, Tribunal, or similar setting, e.g. wider member of the criminal justice system, The Ministry of Justice, Police Forces, the National Crime Agency etc. 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. Tenderers should note that Framework Agreements offer no guarantee of business over their term. 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. 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, for full details of each zone please refer to ITT Document 2 (note: Court Equipment services at The Central Criminal Court of England and Wales, also known as The Old Bailey, are excluded from this tender). A maximum of four (4) ranked Tenderers shall be awarded a place in each zone. Services will be commissioned via Direct Award (by rank) each time a call-off is made within any given zone (for more complex requirements the Authority reserves the right to utilise a competitive selection process as detailed in the ITT suite). For the avoidance of doubt, the first-ranked Tenderer in each zone will hold the primary role and be offered each call-off opportunity first, followed by the second-ranked Tenderer, then the third, and finally the fourth. Bidding and Award Process: a) Tenderers may bid for any number of zones, however, no single Tenderer may hold the primary role (i.e., first-ranked position) in more than one geographical zone. b) The highest-scoring Tenderer in each zone shall be awarded the primary role for that zone, unless the situation in point (a) (above) occurs. If point (a) occurs the following steps will be taken. i. The highest scoring Tenderer will be asked to choose which zone they wish to hold the primary role for. ii. The next highest-scoring Tenderer will then be offered the primary role in the other zone(s). iii. If the second Tenderer accepts the primary zone(s), point (i) will then apply should they be successful in more than one zone. iv. The final primary role will be awarded to the highest scoring Tenderer who does not already hold a primary role in the other two zones. v. Once primary roles are assigned, ranks 2, 3, and 4 will be awarded based on score within each zone. 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 a chronological timelines to link related documents and other Source Materials b) forensic injury mapping – including interpretation of pathologist report c) closed circuit television and video enhancement d) audio enhancement e) voice distortion f) Technician support may be required for; g) supplying the relevant presentation package to the court h) conducting a test of the presentation on the display equipment available in the court i) operation of the package throughout the course of the hearing This lot shall operate on a national basis, across England and Wales. A maximum of four (4) ranked Tenderers shall be awarded a place in this lot (ranks will be dictated by final scores). The majority of services will be commissioned via Direct Award (by rank) each time a call-off is made. For the avoidance of doubt, the first ranked Tenderer will be offered each call-off opportunity first, followed by the second ranked Tenderer, then the third, and finally the fourth (for more complex requirements the Authority reserves the right to utilise a competitive selection process as detailed in the ITT suite). Additional notes: - Social Value will be applied to the Technical Evaluation part of this tender process.