BLC0125 National Framework for Body Worn Video and Associated Products and Software and In-Vehicle Video and Associated Products and Software. - AWARD

Award

Value

£0

Classifications

  • Security, fire-fighting, police and defence equipment

Tags

  • award

Submission Deadline

9 months ago

Published

4 months ago

Description

This is a National Framework for Policing and Fire for the purchase of  Body Worn Video and In-Vehicle Video and Associate Products and software.
      
      The framework will consist of three lots:
      Lot 1: Body Worn Video and Associated Products and Software
      Lot 2: In-Vehicle Video and Associated Products and Software
      Lot 3:  Body Worn Video and In Vehicle Video

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

13 Pounder Design Organisation (DO)

1. Defence Equipment and Support (DE&S) require a Design Organisation (DO) for the Ordnance, Quick Firing 13 Pounder Gun and Limber to ensure its availability, reliability and maintainability until it’s Out of Service Date (OSD) of 2030. The 13 Pounder DO include subsequent Post Design Services (PDS) that have core and non-core activities. This Project will provide assurance that capability can be retained in-service to enable Kings Troop to safely fulfil their State Ceremonial and Public Duties until the OSD in 2030 (Potential to change). 2. This Preliminary Market Engagement Notice has been issued to provide information to the market that DE&S TOWED is planning to procure Design Authority for 13pd and needs further intel to understand the feasibility of the requirement to enable it to develop the procurement strategy. 3. The tasks required to maintain the 13 Pounder Capability are as follows: Configuration Management Plan - Develop and maintain a comprehensive Configuration Management Plan. Ensure the plan includes all associated tasks, such as maintaining configuration baselines, status records, drawings, and Engineering Change Proposals (ECPs). Design Documentation - Update and maintain all design documentation, including drawings, verification data, and specifications. Ensure all documentation complies with the Authority’s procedures and adheres to the standards outlined in DEF STAN 05-10 (Parts 1-2) and DEF STAN 05-061 Part 1. Proposed Modifications - Identify, propose, and document modifications as required. Certificates of Design - Provide or Manage Certificates of Design to confirm compliance with design requirements and standards. Supporting Documentation - Produce all supporting documentation as specified in the 13 Pounder Statement of Work (SOW). Ad-Hoc and Non-Core Activities - Fulfil all ad-hoc and non-core activities as outlined in the 13 Pounder SOW. Obsolescence Management - Produce and maintain annually an Obsolescence Management Plan (OMP) for the 13 Pounder including an Obsolescence Report Status List 4. The Towed Artillery Systems anticipates a contract duration of 3 years with a 1-year options (3+1) to extend. 5. Note: The information contained in this Preliminary Market Engagement (PME) may be subject to change. Insofar as is permitted by law, the Authority shall not be liable for any losses incurred by any party as a result of reliance on the information contained herein. 6. Whilst a complete solution is being sought, DE&S encourages participation in the RFI, which is to be issued within 10 working days from the date of this notice. 7. Note: This PMEN is not a means to seek formal expression of interest and shall not constitute a commitment to instigate a formal procurement process for the requirement.

Katy Reed

Published 1 day ago
Open

Space Technology Solutions

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Katy Reed

Published 2 months ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete