A two lot, two year Framework for the provision of Court Equipment and Presentation Packages as follows:
Lot One: Court Equipment
Initial estimated value: £5m
The temporary installation of a range of audio, video, and tablet hardware to facilitate the electronic presentation of evidence in a Tribunal setting over the course of a trail. Technician support will be required for;
o Equipment installation and removal,
o User training,
o Onsite support.
This lot is fully independant of the CPS "Digital Jury Bundles" project.
Lot 2 - Presentation Packages:
Intial estimated value: £650k
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 tribunal setting, including but not limited to;
o Creation of a chronological timelines to link related documents and other Source Materials
o Forensic injury mapping - including interpretation of pathologist report
o Closed circuit television and video enhancement
o Audio enhancement
o Voice distortion
Technician support will be required for
o Supplying the relevant presentation package
o Conducting a test of the presentation on the display equipment available
o Operation of the package throughout the course of the hearing
It is anticipated that other Contracting Authorities will have access to this Framework.
Crown Prosecution Service (CPS) is inviting suppliers to participate in a market engagement activity for comprehensive HR onboarding software. High level requirements are:
Core Services
Light touch communication channels between applicants, future direct reporting line manager(s) and extended team(s) plus CPS HQ Human Resources/Recruitment representatives.
1.1 Secure access to relevant corporate content and documentation.
1.2 The ability to provide content in a variety of types e.g flat content, video, quiz.
1.3 The ability for the applicant and recruiter to track progress of tasks.
1.4 Provide digital signature functionality to accept the offer of employment.
1.5 Modern User Interface and enhanced personalised user experience.
1.6 The ability to tailor the onboarding experience for each individual/role.
1.7 Prompts and templates for hiring managers.
1.8 Metrics for multiple hire recruitment campaigns.
1.9 Applicant feedback capability for individual content items and recruitment process in general.
1.10 Automation of processes, tasks and notifications.
1.11 Single portal based system.
1.12 Integration of data to centralised systems of record (e.g. Oracle Cloud and System Now).
1.13 Viewable from mobile and regular device.
1.14 Potentially undertake training e.g. security.
1.15 Provide a day 1 calendar/schedule for the employee.
1.16 Ability for internal CPS staff to configure and customise for each recruitment campaign and to embed videos / graphics etc.
Additional Requirements
2.1 To provide a customisable onboarding software application that meets CPS functional and user experience requirements.
2.2 Utilising agile delivery methodology the supplier will undertake the full project lifecycle through discovery, beta and into live.
2.3 To be able to undertake the Discovery process to provide a clear recommendation for delivery, including the MVP, the benefit and the vision.
2.4 The supplier will work closely with key stakeholders within HQ Human Resources.
This market engagement event is an opportunity for the Authority to engage early with suppliers on emerging requirements for HR Onboarding software and our procurement approach.
Our intention is to convene an online engagement event at which the Authority will provide some background to the organisation and our requirements. This will be followed up with a Request for Information Questionnaire which will help to inform the route to market,
requirements, and procurement approach.
The event will be held via Teams on Friday 8th August at 11:00. The session will be recorded and included with the subsequent procurement ITT pack.
Attendance at or engagement with the market engagement activity is not a prerequisite for participation in a subsequent procurement, nor does it give any advantage in that procurement.
To register, you will need to:
1. Go to the URL: ADD CPS JAGGAER LINK
2. Select 'Click here to register!'
3. Read and agree to the user agreement.
4. Complete the registration form, providing information including:
a. The full legal name of your organisation,
b. Your company registration number,
c. Your DUNS number-a unique nine-digit number provided to
organisations free of charge by Dun & Bradstreet.
d. Whether your organisation is a Small -Medium Sized Enterprise
(SME)
e. User and contact details.
5. Once registered an invite to the event will be shared with the contact provided. This invite will contain a link to the EME event.
Provision of a Security Incident Event Management Tool:
The Crown Prosecution Service (CPS) is issuing a Prior Information Notice (PIN) to inform prospective suppliers of its intention to procure a Security Information and Event Management (SIEM) tool.
CPS will go to market for a new SIEM system as part of its overall cybersecurity strategy.
Provision of Security Operations Centre Managed Service Requirement: Prior Information Notice.
The Crown Prosecution Service (CPS) has a security function within the Digital and Information Directorate (DID), delivering a professional approach and striving for Security Excellence in the provision of all IT services.
Whilst the Security team is internal, the CPS is seeking to procure a Security Operations Centre (SOC) service.
The Security Operations Centre is a key service for the CPS, and it is critical that any supplier delivering this service understands the nature of the business, the key role that the CPS plays within the Criminal Justice System and the need for a full 24 x 7 x 365 security service, as there are services available outside office hours.
This procurement is likely to be awarded under a PCR Framework Agreement but a pipeline notice is being published for transparency purposes. Once a contract has been awarded under a PCR Framework Agreement, a Procurement Termination Notice will be published to remove this Pipeline Notice and notify the market of Contract Award.
The Procurement Description as follows:
The CPS will be undertaking work to remove the existing Management Information Systems (MIS) database and reroute the dataflows from our CMS system directly to the Data Platform.
In addition, CPS will be looking to harvest data from other systems such as those in HR, Finance and Security departments as well as implementing more detailed casework related data from CMS. CPS also expect to enhance the technical infrastructure with more sophisticated tools to unlock the power of AI to work with our data.
Service Now (licensing, managed service and development)
CPS are currently exploring whether to include licensing and managed service/development together or keep them seperated. This discussion will be ongoing and further details will be published once a decision is made.
A two lot, two year Framework for the provision of Court Equipment and Presentation Packages as follows:
Lot One: Court Equipment
Initial estimated value: £4.5m
The temporary installation of a range of audio, video, and tablet hardware to facilitate the electronic presentation of evidence in a Tribunal setting over the course of a trail. Technician support will be required for;
o Equipment installation and removal,
o User training,
o Onsite support.
This lot is fully independant of the CPS "Digital Jury Bundles" project.
Lot 2 – Presentation Packages:
Intial estimated value: £500,000
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 tribunal setting, including but not limited to;
o Creation of a chronological timelines to link related documents and other Source Materials
o Forensic injury mapping – including interpretation of pathologist report
o Closed circuit television and video enhancement
o Audio enhancement
o Voice distortion
Technician support will be required for
o Supplying the relevant presentation package
o Conducting a test of the presentation on the display equipment available
o Operation of the package throughout the course of the hearing
It is anticipated that other Contracting Authorities will have access to this Framework.
To renew the provision of a 3-year Microsoft subscription licensing Enterprise Agreement (EA) agreement and fix the unit price of MS licences to cover the period of 1st October 2025 to 30th September 2028 (length of a MS Enterprise Agreement).
The current 3-year contract expires 30th September 2025 and as this is a business-critical requirement to maintain department wide operations, it is imperative that we have completed a procurement within this timeline.
This procurement is likely to be awarded under a PCR Framework Agreement but a pipeline notice is being published for transparency purposes. Once a contract has been awarded under a PCR Framework Agreement, a Procurement Termination Notice will be published to remove this Pipeline Notice and notify the market of Contract Award
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 09/02/26.
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.
Potemtial 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.
The CPS requires a full range of Occupational Health and Employee Assistance services, . This enables us to identify necessary adjustments to assist our staff, improve their ability to work in good health, and fulfil our legal obligations.
For the provision of a recruitment advertising agency who can support the CPS with their requirement for advertising space on websites targeting law, early careers, and general career prospective applicant audiences. This procurement is likely to be awarded under a PCR Framework Agreement but a pipeline notice is being published for transparency purposes. Once a contract has been awarded under a PCR Framework Agreement, a Procurement Termination Notice will be published to remove this Pipeline Notice and notify the market of Contract Award
CPS has set out to use AI proactively to ‘change the game’ and use it to transform our processes and unlock wider system thinking. Copilot presents a significant opportunity in this regard. There is widespread recognition of the scale of opportunity, and that with people as our key investment and asset, AI has an important role to help us improve productivity.
Copilot, specifically, can streamline tasks and enhance workplace efficiency, thus providing more value for money than custom AI solutions. We will invest in productivity initiatives that will benefit a large volume of colleagues, leveraging the capabilities of Copilot.
This notice is for information only. The Authority may or may not subsequently publish a formal contract notice in the future. The Authority has a number of financially-related systems and services served via existing contracts which are approaching expiry. We are now seeking to explore, via this notice and associated market engagement/request for information, the potential to combine future needs in to one contract or if separate contracts are more appropriate. This will help to inform CPS commercial strategy for this potential requirement. Please refer to the additional information contained in this notice.
The Crown Prosecution Service (CPS) is currently seeking information from potential Suppliers active in the Marketplace in order to both qualify requirements and assess market supply opportunities for the provision of a revised intranet offer within the organisation.
CPS will seek to assess opportunities for implementing supply contracts for such products and services which will deliver tangible value for money and best in class whilst ensuring a compatible strategic fit. The Prior Information Notification (PIN) is classified as pre-market engagement and a formal tender (or alternate legally Public Contracts Regulations 2015 compliant route to market) will be used to identify the supplier that best meets our needs.
The Crown Prosecution Service (CPS) wants to engage with Suppliers in the market to understand what solutions are available, the suitability of these solutions to the organisation, and how these can be delivered internally. Due to the rapidly evolving nature of the DDaT market, the CPS reserves the right to engage with respondents to this RFI on a one-to-one basis, to better understand the solutions available from the market.
This Prior Information Notification (PIN) document summarises the requirement and requests feedback to be provided. This will aid the Authority to develop future requirements, inform future procurements, understand innovation as well as set an appropriate budget.
The CPS understands that Supplier time is incredibly valuable, and your input into this exercise is both welcomed and appreciated, though please note that the CPS is under no obligation to go out to the market following this exercise.
The Crown Prosecution Service (CPS) is currently seeking information from potential Suppliers active in the Marketplace in order to both qualify requirements and assess market supply opportunities for the provision of a revised intranet offer within the organisation.
CPS will seek to assess opportunities for implementing supply contracts for such products and services which will deliver tangible value for money and best in class whilst ensuring a compatible strategic fit. The Prior Information Notification (PIN) is classified as pre-market engagement and a formal tender (or alternate legally Public Contracts Regulations 2015 compliant route to market) will be used to identify the supplier that best meets our needs.
The Crown Prosecution Service (CPS) wants to engage with Suppliers in the market to understand what solutions are available, the suitability of these solutions to the organisation, and how these can be delivered internally. Due to the rapidly evolving nature of the DDaT market, the CPS reserves the right to engage with respondents to this RFI on a one-to-one basis, to better understand the solutions available from the market.
This Prior Information Notification (PIN) document summarises the requirement and requests feedback to be provided. This will aid the Authority to develop future requirements, inform future procurements, understand innovation as well as set an appropriate budget.
The CPS understands that Supplier time is incredibly valuable, and your input into this exercise is both welcomed and appreciated, though please note that the CPS is under no obligation to go out to the market following this exercise.