Loading page content…
Loading page content…
12 matching contracts · Updated daily · Contracts Finder + Find a Tender Service
Request for Information for a Password Manager Solution. This is to find out what solutions are out there to help with requirements for a possible future tender process.
Value undisclosed
Provision of catering to Sussex and Surrey Police Officers and Staff for operational and training events.
Value undisclosed
The Police and Crime Commissioner for Sussex, acting also on behalf of the Police and Crime Commissioner for Surrey, are tendering to appoint a single supplier for the provision of Drone Downlink functionality. As part of the pre-market engagement we are asking suppliers to submit request for information, this will be used to help scope the Authorities specification, align budgets and determine route to market. The Competitive tender, whether this be via a framework or an open/competitive flexible opportunity will then be published in early 2026. The scope of the project is for the solution to enable the streaming of live drone images into force systems allowing any Surrey Police and Sussex Police user who has been granted permission, to view and to do so on any force device. The imagery should also be able to be streamed to respective Sussex and Surrey FRS control rooms. Requirements Summary • Live images from Drone Operators controller (HDMI output) to a location (Force Control Rooms), Anyone who has permissions to access live footage from Drones • Availability for use on multiple devices i.e. Tablets, MDTs…. • Availability across SSP (Surrey/Sussex Police) • Viewing to include Stakeholder partners i.e. Fire Rescues, Ambulance etc • Ability to integrate Single sign on (SSO) with Azure Active Directory (Surrey & Sussex Police AAD) with auditing • 9 downlinks with min 5 users concurrent per downlink • Digital encoding of video stream using H.265 encoding for transmission and storage. • Absolute minimum video resolution 720p, ideally up to 1080p • Securely store streamed footage for 30 days within the boundaries of the UK • Transmission network capacity to support a minimum of 5Mbps (for 720p video, will be higher if a higher resolution is transmitted) per downlink/per drone operator. • Ability to view live footage and to be able to “rewind” footage. • Ability to download stored footage in MPEG-4 format • Data must be secured at ASE128 in transit and AES256 at rest • The system for transmitting footage should have sufficient battery capacity to transmit for at least 3 hours • Robust audit trail to record who has viewed any live stream footage - with each action or event being linked to a user ID, device ID (IP address), date, time, and location • View live/recorded footage from drone’s cameras that can be operated in a variety of lighting levels and have infrared capability
Value undisclosed
The Police and Crime Commissioner for Sussex, acting also on behalf of the Police and Crime Commissioner for Surrey, are tendering to appoint a single supplier for the provision of Drone Downlink functionality. As part of the pre-market engagement we are asking suppliers to submit request for information, this will be used to help scope the Authorities specification, align budgets and determine route to market. The Competitive tender, whether this be via a framework or an open/competitive flexible opportunity will then be published in early 2026. The scope of the project is for the solution to enable the streaming of live drone images into force systems allowing any Surrey Police and Sussex Police user who has been granted permission, to view and to do so on any force device. The imagery should also be able to be streamed to respective Sussex and Surrey FRS control rooms. Requirements Summary • Live images from Drone Operators controller (HDMI output) to a location (Force Control Rooms), Anyone who has permissions to access live footage from Drones • Availability for use on multiple devices i.e. Tablets, MDTs…. • Availability across SSP (Surrey/Sussex Police) • Viewing to include Stakeholder partners i.e. Fire Rescues, Ambulance etc • Ability to integrate Single sign on (SSO) with Azure Active Directory (Surrey & Sussex Police AAD) with auditing • 9 downlinks with min 5 users concurrent per downlink • Digital encoding of video stream using H.265 encoding for transmission and storage. • Absolute minimum video resolution 720p, ideally up to 1080p • Securely store streamed footage for 30 days within the boundaries of the UK • Transmission network capacity to support a minimum of 5Mbps (for 720p video, will be higher if a higher resolution is transmitted) per downlink/per drone operator. • Ability to view live footage and to be able to “rewind” footage. • Ability to download stored footage in MPEG-4 format • Data must be secured at ASE128 in transit and AES256 at rest • The system for transmitting footage should have sufficient battery capacity to transmit for at least 3 hours • Robust audit trail to record who has viewed any live stream footage - with each action or event being linked to a user ID, device ID (IP address), date, time, and location • View live/recorded footage from drone’s cameras that can be operated in a variety of lighting levels and have infrared capability
Value undisclosed
The Police and Crime Commissioner for Sussex, acting also on behalf of the Police and Crime Commissioner for Surrey, are tendering to appoint a single supplier for the provision of Drone Downlink functionality. As part of the pre-market engagement we are asking suppliers to submit request for information, this will be used to help scope the Authorities specification, align budgets and determine route to market. The Competitive tender, whether this be via a framework or an open/competitive flexible opportunity will then be published in early 2026. The scope of the project is for the solution to enable the streaming of live drone images into force systems allowing any Surrey Police and Sussex Police user who has been granted permission, to view and to do so on any force device. The imagery should also be able to be streamed to respective Sussex and Surrey FRS control rooms. Requirements Summary • Live images from Drone Operators controller (HDMI output) to a location (Force Control Rooms), Anyone who has permissions to access live footage from Drones • Availability for use on multiple devices i.e. Tablets, MDTs…. • Availability across SSP (Surrey/Sussex Police) • Viewing to include Stakeholder partners i.e. Fire Rescues, Ambulance etc • Ability to integrate Single sign on (SSO) with Azure Active Directory (Surrey & Sussex Police AAD) with auditing • 9 downlinks with min 5 users concurrent per downlink • Digital encoding of video stream using H.265 encoding for transmission and storage. • Absolute minimum video resolution 720p, ideally up to 1080p • Securely store streamed footage for 30 days within the boundaries of the UK • Transmission network capacity to support a minimum of 5Mbps (for 720p video, will be higher if a higher resolution is transmitted) per downlink/per drone operator. • Ability to view live footage and to be able to “rewind” footage. • Ability to download stored footage in MPEG-4 format • Data must be secured at ASE128 in transit and AES256 at rest • The system for transmitting footage should have sufficient battery capacity to transmit for at least 3 hours • Robust audit trail to record who has viewed any live stream footage - with each action or event being linked to a user ID, device ID (IP address), date, time, and location • View live/recorded footage from drone’s cameras that can be operated in a variety of lighting levels and have infrared capability
Value undisclosed
The Sussex Police Safer Roads Team are committed to protecting the road users of Sussex, as part of Operation Crackdown we work with members of the public, volunteers and officers to gather intelligence and investigate occurrences of poor driving within our communities. As part of our commitment, Sussex Police is looking to work with suppliers to deliver three requirements related to anti-social driving and community speed watch. • A front-end product that offers the public the ability to report anti-social driving (inc. video submissions/journey cam) in a streamlined manner. (Anti-Social Driving) • A product that offers Community Speed Watch volunteers the ability to record speed results. (Community Speed Watch) Both of the above must feed into: • An effective back-office function for the case management and investigation of anti-social driving and community speed watch, allowing interoperability between teams and clear reporting mechanisms. This solution must also be able to provide the following functionality as a minimum: o Batch print educational letters – These are sent to drivers following a report or investigation. o Produce performance reporting data which will enable governance and oversight o Allow for customer facing messaging o Integrate with government databases including DVLA and PNC to automatically carry out DVLA checks to obtain registered keeper details and allowing Officers to carry out Policing National Computer checks. o Assignment of casework to officers Objectives: Where possible, we are eager to explore single solutions that can meet the requirements above, or as a minimum have the operability to connect between systems to ensure information is accessible and remove the need for double handling of information. The solution(s) will need to be hosted either in the Sussex Polices cloud environment or within a vendor hosted cloud infrastructure. The solution must be modern, future-proof, fully supported, and accessible across multiple devices (including mobile platforms).
Value undisclosed
The Police and Crime Commissioner for Sussex on behalf of themselves and the Police and Crime Commissioner for Surrey are looking to contract with a supplier for the provision of an automated video redaction solution for teams involved in supplying material linked for both civil and criminal cases. Amongst other things, the system will need to be able to meet the following requirements: • Masking/blocking of logos, faces, vehicle registrations and any other features as identified by the user. • Ability to redact video with and without audio. • Ability to apply reverse redaction • The ability to apply zone redaction • Finalise the redaction • Progressive Editing enabled – ability to edit/redact over time rather than edit all in one go (e.g., edit over a couple of shifts) • Ability to review redactions and amend/tweak as necessary during the mark up stage. • Ability to use both automated (automatic tracking of faces – e.g., if person moves, need the mask to move with it and track it) and manual redaction options. • Comprehensive Redaction Editing Options (Frame-by-Frame, Real-Time Tracking, Audio, facial recognition, VRN (Vehicle Registration Number) recognition, skin blur, and object tracking) • Ability to upload various media types and convert redacted video files in industry standards formats such as MP4, AVI etc from the Surrey and Sussex DEMs platform (currently NICE Investigate) • Automatic recognition of other vehicle reg numbers • Ability to collate digital groupings of evidence (photos, videos, CCTV, etc.) into case folders • Redact audio that comes with images – e.g., remove speech other than the person requesting the info, or redact names and addresses stated by the person • Redact audio only footage - e.g., remove speech other than the person requesting the info, or redact names and addresses stated by the person • Run transcriptions from audio. • Transcription Feature for Audio Redaction with Keyword/Phrase Identification • Assign and Modify User Permissions for Each Case • Role-Based Access Control (RBAC) Implementation
Value undisclosed
The Sussex PCC commissions a range of services including specialist services that work collectively within a Victim Hub approach. This commission is to provide both direct support for victims and witnesses of crimes or a restorative solution as part of the Sussex approach to supporting victims and witnesses of all crime. The direct offer for victims and witnesses will provide tailored support to those deemed vulnerable either by personal vulnerability or by the type of crime experienced or witnessed for Sussex. However, there are existing commissioned support services that work with those deemed to be in need of specialist support for domestic abuse, rape and sexual violence and stalking therefore this offer is to provide support for those that fall outside of this existing service provision. The restorative and mediation solution, however, is again countywide but does not have the same restrictions.
£2,733,000
Contract value
The Joint Transport Service (JTS) for Surrey and Sussex Police is responsible for a police fleet of over 2,000 vehicles operating over 20 million miles per annum and four vehicle workshops across Surrey and Sussex. The Police and Crime Commissioner for Sussex with and on behalf of the Police and Crime Commissioner for Surrey (the Authorities) will be seeking bids from suitably qualified organisations to provide vehicle repair services to this Fleet. The services shall be provided on a non-exclusive basis, under a multi-supplier Framework Agreement that will run for four (4) years. The Police and Crime Commissioner for Sussex (PCC for Sussex) is acting as the lead for this procurement process and will undertake the selection and appointment of successful bidders onto the Framework Agreement. A Framework Agreement is where suppliers appointed to it, under a lot or lots, are eligible to be allocated further work. This is exclusively only open to those companies listed within the Framework Agreement. This upcoming Tender exercise is the mechanism which sets up the Framework Agreement. The core requirement will be to provide repair services to damaged vehicles following the Thatcham Repair methods through EScribe. The services are to include but not be limited to vehicle collection/delivery, inspection, adjustment, restoration, replacement of body and paintwork, assemblies, components, general and specialised repair work. SMART repair services can be provided in a workshop or as a mobile service. Vehicles in need of repairs are typically owned, leased or in the property of either Sussex Police or Surrey Police; in some cases however they will be third party vehicles. While most vehicles are passenger cars or light commercial vehicles, a small number are classed as heavy commercial and specialist vehicles over 7.5 Tonnes. Due to the nature of the Authorities' business, specific storage requirements will apply to vehicles repaired at the Contractor's premises. It is envisaged that Contractors will be selected for work based on their area of specialism and ability to carry out the specified service within the expected time-frames and cost. The Authorities provide emergency services to the general public and therefore, as well as the quality of repairs and cost being important factors, the availability of vehicles and therefore downtime is also critical to the vehicle repair services. It is imperative that organisations to be included on the contract understand the impact of excellent transportation particularly for Police Services and should at all times show professionalism and competence. Due to the ad-hoc nature of the requirement, all types, volumes or quantities of business indicated are estimates only and cannot be taken as a definitive commitment.
£20,000,000
Contract value
The Joint Transport Service (JTS) for Surrey and Sussex Police is responsible for a police fleet of over 2,000 vehicles operating over 20 million miles per annum and oversees four vehicle workshops across Surrey and Sussex. The Police and Crime Commissioner for Sussex with and on behalf of the Police and Crime Commissioner for Surrey (the Authorities) will be seeking bids from suitably qualified organisations to provide vehicle repair services to this Fleet. The services shall be provided on a non-exclusive basis, under a multi-supplier Framework Agreement that will run for four (4) years. The Police and Crime Commissioner for Sussex (PCC for Sussex) is acting as the lead for this procurement process and will undertake the selection and appointment of successful bidders onto the Framework Agreement. A Framework Agreement is where suppliers appointed to it, under a lot or lots, are eligible to bid for be allocated further work. This is exclusively only open to those companies listed within the Framework Agreement. This upcoming Tender exercise is the mechanism which sets up the Framework Agreement. The core requirement will be to provide repair services to damaged vehicles following the Thatcham Repair methods through EScribe. The services are to include but not be limited to vehicle collection/delivery, inspection, adjustment, restoration, replacement of body and paintwork, assemblies, components, general and specialised repair work. SMART repair services can be provided in a workshop or as a mobile service. Vehicles in need of repairs are typically owned, leased or in the property of either Sussex Police or Surrey Police; in some cases however they will be third party vehicles. While most vehicles are passenger cars or light commercial vehicles, a small number of vehicles are classed as heavy commercial and specialist vehicles over 7.5 Tonnes. Due to the nature of the Authorities' business, specific storage requirements will apply to vehicles repaired at the Contractor's premises. It is envisaged that Contractors will be selected for work based on their area of specialism and ability to carry out the specified service within the expected time-frames and cost. The Authorities provide emergency services to the general public and therefore, as well as the quality of repairs and cost being important factors, the availability of vehicles and therefore downtime is also critical to the vehicle repair services. It is imperative that organisations to be included on the contract understand the impact of excellent transportation particularly for Police Services and should at all times show professionalism and competence. Due to the ad-hoc nature of the requirement, all types, volumes or quantities of business indicated are estimates only and cannot be taken as a definitive commitment.
£20,000,000
Contract value
The provision of catering for Sussex and Surrey Police Officers and Staff for operational and training events.
Value undisclosed
The Joint Transport Service (JTS) for Surrey and Sussex Police is responsible for a police fleet of over 2,000 vehicles operating over 20 million miles per annum and four vehicle workshops across Surrey and Sussex. The Police and Crime Commissioner for Sussex with and on behalf of the Police and Crime Commissioner for Surrey (the Authorities) will be seeking bids from suitably qualified organisations to provide vehicle repair services to this Fleet. The services shall be provided on a non-exclusive basis, under a multi-supplier Framework Agreement that will run for four (4) years. The Police and Crime Commissioner for Sussex (PCC for Sussex) is acting as the lead for this procurement process and will undertake the selection and appointment of successful bidders onto the Framework Agreement. A Framework Agreement is where suppliers appointed to it, under a lot or lots, are eligible to be allocated further work. This is exclusively only open to those companies listed within the Framework Agreement. This upcoming Tender exercise is the mechanism which sets up the Framework Agreement. The core requirement will be to provide repair services to damaged vehicles following the Thatcham Repair methods through EScribe. The services are to include but not be limited to vehicle collection/delivery, inspection, adjustment, restoration, replacement of body and paintwork, assemblies, components, general and specialised repair work. SMART repair services can be provided in a workshop or as a mobile service. Vehicles in need of repairs are typically owned, leased or in the property of either Sussex Police or Surrey Police; in some cases however they will be third party vehicles. While most vehicles are passenger cars or light commercial vehicles, a small number of vehicles are classed as heavy commercial and specialist vehicles over 7.5 Tonnes. Due to the nature of the Authorities' business, specific storage requirements will apply to vehicles repaired at the Contractor's premises. It is envisaged that Contractors will be selected for work based on their area of specialism and ability to carry out the specified service within the expected time-frames and cost. The Authorities provide emergency services to the general public and therefore, as well as the quality of repairs and cost being important factors, the availability of vehicles and therefore downtime is also critical to the vehicle repair services. It is imperative that organisations to be included on the contract understand the impact of excellent transportation particularly for Police Services and should at all times show professionalism and competence. Due to the ad-hoc nature of the requirement, all types, volumes or quantities of business indicated are estimates only and cannot be taken as a definitive commitment.
£20,000,000
Contract value