Skip to main content
Tenders

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

Open
Deadline
2 days left
March 30, 2026
Contract Details
Category
Open Procedure
Reference
013641-2026
Value
£5,800,154
Location
Inner London - West, United Kingdom
Published
March 20, 2026
CPV Code
Project Timeline

Tender Published

February 13, 2026

Deadline for Questions

March 23, 2026

Submission Deadline

March 30, 2026

Contract Start Date

March 01, 2027

Buyer IntelligencePRO
🔒
Unlock Buyer Intelligence
See spending patterns, preferred procedures, and more.
Upgrade to Professional →
Budget
£5,800,154
Duration
24 months
Location
Inner London - West
Type
Open Procedure
75
Quality Score/100
Good

Original Tender 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 23/02/26 (or throughout that week). 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. Potential 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.

Risk Analysis

Please log in to use risk analysis.

Login

Win Strategy

Please log in to access winning strategy recommendations.

Login

Competitors

Upgrade to see which companies are likely to bid on this tender, based on historical procurement data.

Login

Requirements & Qualifications

24 requirements across 5 categories

Submission (2)
Mandatory (1)
Compliance (1)
Technical (19)
Financial (1)
SUBMISSION REQUIREMENTS2
--Be prepared to submit a bid for the framework agreement by the submission deadline of 2026-03-30T00:00:00.
--For Lot One (Court Equipment), ensure that the bid does not propose holding the primary role in more than one geographical zone.
MANDATORY EXCLUSION GROUNDS1
--No mandatory exclusion grounds are specified in this pre-procurement notice.
ELIGIBILITY REQUIREMENTS1
--For Lot One (Court Equipment), a single tenderer may not hold the primary role (first-ranked position) in more than one geographical zone.
TECHNICAL CAPABILITY REQUIREMENTS19
--**For Lot One (Court Equipment):**
--Capability to temporarily install a range of audio, video, and tablet hardware to facilitate electronic presentation of evidence in a Court (or alternative) setting.
--Capability to provide technician support for equipment installation and removal.
FINANCIAL REQUIREMENTS1
--No specific financial stability or pricing structure requirements are specified in this pre-procurement notice.

Requirements Preview

Sign up to view complete requirements and analysis

Documents

4 documents available with AI summaries

OCDS RecordDOC
013641-2026_ocds_record.json

This pre-tender notice from the Crown Prosecution Service announces a future two-year framework agreement for Court Equipment (AV/tablet installation and support across three zones) and Presentation Packages (digital evidence transformation and support nationally), with an indicative publication date of 23/02/26.

OCDS Release PackageDOC
013641-2026_ocds_release.json

Download failed - no summary available

Official PDF VersionPDF
013641-2026_official.pdf

This notice is a planned procurement announcement from the Crown Prosecution Service, informing the market about a two-year framework agreement for Court Equipment (temporary audio, video, and tablet hardware installation with technician support across three zones) and Presentation Packages (transforming evidence into digital presentation formats with technician support nationally), providing estimated values and historical data.

Tender NoticeHTM
013641-2026.html

This is a pre-tender notice from the Crown Prosecution Service informing the market about an upcoming two-year framework agreement for electronic evidence presentation, covering Court Equipment (hardware, installation, support across three zones) and Presentation Packages (digital evidence transformation, support nationally), with an indicative publication date of 23/02/26.

Documents Preview

Sign up to view document summaries and analysis

75
Good

Tender Quality Score

This pre-procurement notice is well-structured and provides a clear overview of an upcoming framework agreement for electronic evidence presentation services. While it effectively informs the market and details technical requirements, it lacks modern e-submission capabilities and explicit sustainability considerations.

Score Breakdown

Legal Compliance75/100

The tender, as a pre-procurement notice, adheres to basic legal compliance by clearly defining the procedure type (Open), assigning an appropriate CPV code, and providing reasonable timelines for the upcoming actual tender (35 days from indicative publication to submission). No disputes or suspensions are noted. Mandatory disclosure requirements for a pre-notice are met.

Clarity80/100

The description of the services for both lots is exceptionally clear and detailed, including scope, geographical coverage, and historical usage data. AI-extracted requirements are well-structured and directly reflect the description. While evaluation criteria are not specified, this is expected for a pre-procurement notice.

Evaluation criteria not yet specified (expected for pre-notice, but critical for actual tender)
Completeness70/100

All basic information, estimated value, duration, and key requirements are provided. However, one OCDS document failed to download, which is a minor gap. As a pre-notice, it naturally lacks the full suite of tender documents and detailed evaluation criteria expected in a full call for competition.

One OCDS document failed to download
Full tender documents and detailed evaluation criteria are not yet available (expected for pre-notice)
Fairness85/100

The tender demonstrates good fairness by disclosing the estimated value, providing historical usage data to aid bidders, and implementing a geographical zoning strategy for Lot One with a restriction on primary roles to promote competition. The requirements appear generic and not tailored to a specific company. However, the reported lack of e-submission is a significant drawback for equal access.

No electronic submission (e-submission) capability reported
Practicality65/100

The lack of electronic submission is a major practical deficiency for a tender in 2026, potentially increasing administrative burden for bidders. The contract start date and duration are clearly specified, which is practical. The failed download of one OCDS document also presents a minor practical hurdle.

No electronic submission (e-submission) capability reported
One OCDS document failed to download
Data Consistency90/100

Key fields are populated, and there are no reported suspensions or disputes. Dates, including the indicative publication date, submission deadline for the actual tender, and contract start, are logical and consistent. The estimated value in EUR aligns with the total GBP (inc-VAT) values provided for the lots.

Sustainability50/100

The tender does not explicitly include any green procurement, social aspects, or innovation focus. This represents a missed opportunity to integrate modern sustainability considerations into the procurement process.

No explicit green procurement criteria
No explicit social criteria

Strengths

Clear and detailed description of services for both lots
Transparency in providing historical usage data despite data corruption
Fairness measures like geographical zoning and restriction on primary roles for Lot One
Clear timeline for the upcoming actual tender
Good data consistency and logical dates

Concerns

Absence of electronic submission capabilities
Lack of explicit sustainability (green, social, innovation) criteria
One OCDS document failed to download
Evaluation criteria are not yet specified (though expected for a pre-notice, it's a future critical element)

Recommendations

1. Implement electronic submission for the actual tender to enhance accessibility and efficiency.
2. Integrate sustainability criteria (environmental, social, innovation) into the tender specifications.
3. Ensure all tender documents are accessible and downloadable upon publication of the full tender.

AI Scoring Preview

Sign up to view complete requirements and analysis

Complete quality score analysis
Detailed sub-score breakdown
Strengths & concerns insights
Strategic recommendations

No credit card required • Setup in 2 minutes

New Service

Want us to handle this tender?

Our procurement experts prepare everything. Proven to work — you review, approve, and submit.

~1hYour time only
80%+80%+
$0Upfront
See full comparison
Without TaaSWith TaaS
40-80 hrs
Preparation time
~1 hr
Your time only
15-25%
Average win rate
80%+
Win rate
Risk of errors
Manual review
Expert QA
Compliance check
You do all
Handle everything
We do all
End-to-end service
Let's Win This Tender
Pay only when you win · 400+ companies trust us
Or do it yourself

Add to Pipeline