Why a Structured RFP Matters
Electronic monitoring procurement decisions last 3–5 years. The wrong vendor means wasted budget, officer frustration, compliance gaps, and — in the worst case — public safety incidents when devices fail silently. A structured RFP forces vendors to compete on specifications that matter, not marketing slides. Our vendor comparison identified the 15 requirements below as the strongest predictors of operational success.
The 15-Point Checklist
Hardware Specifications
Require vendors to state battery life specifically at 5-minute reporting. Many quote 15-minute intervals — the difference is 2–3×. Minimum acceptable: 5 days. Preferred: 7+ days. The CO-EYE ONE achieves 7 days at 5-minute LTE-M/NB-IoT reporting.
Request documented false tamper alert rates per 1,000 device-days. Heart-rate-based detection: typically 5–15% false positive. Optical fiber: < 0.1%. Magnetic: 1–3%. This single spec has the highest impact on officer workload.
One-piece devices under 120g produce fewer complaints and higher compliance. Two-piece designs (separate bracelet + tracking unit) average 180–250g and are bulkier. Specify maximum weight in your RFP.
Multi-constellation GNSS (GPS + GLONASS + Galileo + BeiDou) with < 2m CEP95. Single-constellation devices cannot reliably enforce tight geofences (e.g., 50m exclusion zones around a victim's address).
Require LTE-M (Cat-M1) or NB-IoT (Cat-NB2) — both are on the 5G roadmap with 10+ year support commitments. Reject any device using 2G or 3G-only cellular. Bonus: eSIM support eliminates carrier lock-in.
IP68 minimum. Offenders shower, swim, and work in wet conditions. IP67 devices have documented failure rates in sustained water exposure.
Snap-on installation requiring no tools and completing in under 30 seconds reduces booking bottlenecks and field installation friction. Require a video demonstration.
Software Platform
Browser-accessible (no installed software), real-time map view, configurable geofences (inclusion/exclusion zones), and role-based access for multi-officer teams.
iOS and Android. Must support device enrollment, real-time tracking, alert management, and report generation from mobile. The CO-EYE AMClient app is a reference implementation.
PDF export with timestamped location history, zone violation records, and tamper events. Data must be exportable in standard formats (CSV, JSON) for agency record systems.
Different offenders require different zone configurations, curfew schedules, and alert escalation rules. One-size-fits-all alert systems create alert fatigue.
Compliance and Support
HTTPS/SSL for all data in transit. AES-128 or AES-256 for data at rest. CJIS Security Policy compliance if monitoring for government agencies. Request the vendor's security audit documentation.
FCC (US), CE/RED (EU), RoHS, REACH, IEC 62133 (battery safety), UN 38.3 (transport). Request copies of certificates, not just claims. Certification gaps indicate corners cut.
Minimum 1-year hardware warranty. Define SLA for device replacement (24-hour ship for failures). Clarify who bears cost of accidental damage — this is a significant hidden cost.
Require itemized pricing: hardware unit cost, software license (per-device or per-user?), cellular data plan, monitoring center fees (if applicable), and all recurring costs. Compare total cost of ownership over 3 years, not just unit price. Our cost analysis tool provides the framework.
Using This Checklist
Convert these 15 items into a scoring matrix. Weight each based on your program's priorities — a bail bond agency may weight battery life and installation speed highest, while a county pretrial department may prioritize data security and court reporting. Score each vendor 1–5 on each item. The result is an objective comparison that survives procurement review and justifies your selection.
For a ready-to-use RFP document, see our complete RFP template. For vendor-specific evaluations, our vendor comparison guide scores major vendors against this checklist.
Need help with your EM procurement?