Section one: Contracting authority
one.1) Name and addresses
Police Digital Service
20 Gresham Street,
LONDON
EC2V 7JE
Contact
Victoria Barton
Telephone
+44 7890917474
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
08113293
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/94392
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=61807&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Dynamic Decision and Case Management System (DDaCS)
Reference number
PDSCN-165-2022
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
Previously referred to as National Policing Proactive Information and Recording Management Solution (NP2IRM). This procurement is for a single supplier Framework Agreement (6-10 years) providing an interoperable ICT solution for organisations within proactive investigations/operations.
Capabilities will include, but not limited to;
- End-to-end case management.
- Decision logging
- Decision support (Situational Awareness)
Consultation is expected to inform PDS on supplier interest/capability. Draft requirements will be shared with suppliers who meet the security and qualification requirements.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Police Digital Service intends to implement a Framework Agreement (Via a Competitive Procedure with Negotiation under PCR 2015) which allows police forces, other law enforcement agencies and public bodies to call off the services.
The full scope of the services will be provided with the Selection Questionnaire (SQ) subject to signature of an NDA and confirmation of appropriate vetting. The high-level requirements may include, but are not limited to, the following (these will be fully defined and shared in the tender pack when it is published including the full evaluation criteria):
(i) Business application development – (development of new applications, integration with existing systems and interfaces with external systems);
(ii) Business application/s support and maintenance – (support and maintenance of production application systems, business continuity management, upgrades to applications resulting from technology changes);
(iii) Desktop services - (end to end desktop managed service, virtual desktop infrastructure, virtual and thin solutions, remote access, integration and interface management between third party desktop provided services and other services provided under this PIN);
(iv) System integration (service management, service desk/helpdesk, event management, incident management, problem management, request fulfilment, common service operations, access management, application support management, ICT facilities management, change management, configuration management, knowledge management, release planning, release management, service catalogue management, service level management, capacity management, availability management, service continuity, information security management, supplier management and network management); and
(v) Provision of Hardware and Commercial Off the Shelf (COTS) Software – (licensing of proprietary or open-source software including underlying database systems, maintenance, provision of third-party items, configuration and implementation services).
Scope of project across UK policing, wider law enforcements and its partners.
These capabilities and services are envisioned to be introduced, in one coherent solution, across proactive police operations i.e. planned, deliberate investigations/operations which may include, but not limited to the following:
- Serious Organised Crime (SOC) investigations and associated operations at all levels (force, regional and national) including the sensitive intelligence network;
- Counter Terrorism Policing investigations and associated operations at all levels (force, regional and national);
- Fugitive/manhunt investigations and associated operations at all levels (force, regional and national);
- Kidnap/crime in action response investigations and associated operations at all levels (force, regional and national);
- Cyber incidents and investigations/operations across the ROCU Cybercrime Units and Force Cybercrime Units in UK policing; and
- Any planned operation where there is a clear or implied threat to life (TTL) in which the operation invokes a response under Article 2 of the Human Rights Act 1998, placing an obligation on law enforcement agencies to take reasonable steps to protect a person whose life is in 'Real and Immediate Danger’.
two.2.14) Additional information
Further to the initial PIN (May 22), this PIN is to signal an intention to commence market engagement with new and existing interested suppliers and share draft requirements & indicative procurement timelines, with Suppliers who meet the security requirements.
The estimated date of publication is subject to change. To participate, please refer to Section VI.3 (Additional Information) below.
two.3) Estimated date of publication of contract notice
26 May 2023
Section four. Procedure
four.1) Description
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-011668
Section six. Complementary information
six.3) Additional information
The procurement is in support of a project vision of:
"A consistent, robust and trusted approach to complete case management, contemporaneous recording of decision-making and operational responses for all UK police forces and nationally coordinated law enforcement structures that are charged with conducting operations where the threat to public and officer safety may be high. This initiative will focus on the end user of intelligence and wider situational awareness that supports effective decision-making."
This procurement will also support the wider Police Digital Strategy 2023-2033 and be an enabler of "aligning around a national vision for police data and technology. This will be borne from the architectural principles we apply, and will guide our investments."
Supplier engagement - EOs interested in this opportunity are invited to attend a briefing session to be held in a central London location on Thursday 20th April 2023, however attendance is subject to the following criteria:
Attendee Numbers – Maximum of two (2) persons only per EO.
Capability Statement – Submit a 500-word statement/ summary explaining your interest/ reasons for attending. The supporting information is required as soon as possible but no later than 9am Tuesday 11th April 2023
Vetting – All attendees to have either current NPPV3 or SC clearance as a minimum issued by the Warwickshire Police National Contractor Vetting Scheme (NCVS), evidence of which must be provided by 9am Tuesday 11th April 2023 .
NDA – Upon receipt of confirmed vetting clearance, all attendees will be forwarded an NDA which must be signed and returned by no later than Thursday 13th April 2023 .
Attendance – Upon return of a signed NDA, venue details and draft requirements will be forwarded to attendees. Please note that substitute attendees, without the required vetting clearance and a signed NDA, will not be able to attend the briefing session. Documents will be restricted view for those individuals who have met the above stated security requirements. Should suppliers withdraw from the process at any stage, all documentation must be securely disposed of and confirmation provided via EU Supply.
Confirmation – ALL communication regarding this opportunity, attendance at the briefing session, the NDA and security vetting MUST be sent to Victoria Barton via EU Supply quote ref 67826
NB: NO OTHER FORM OF COMMUNICATION WILL BE ACCEPTED FOR THIS STAGE OF THE OPPORTUNITY.