Section one: Contracting authority
one.1) Name and addresses
Greater Manchester Combined Authority - Greater Manchester Police
Openshaw Complex, Lawton Street, Openshaw
Manchester
M11 2NS
Contact
Ali Cordrey
Telephone
+44 1618561333
Country
United Kingdom
Region code
UKD3 - Greater Manchester
National registration number
GB 183 0464 15
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/35572
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=60400&B=BLUELIGHT
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=60400&B=BLUELIGHT
Tenders or requests to participate must be submitted to 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
Police Records Management System (RMS)
Reference number
A0899
two.1.2) Main CPV code
- 79996100 - Records management
two.1.3) Type of contract
Services
two.1.4) Short description
Greater Manchester Combined Authority (GMCA), as the contracting authority for Greater Manchester Police (GMP) seeks to appoint a supplier to provide and support a highly resilient, mature, UK PACE complaint Police RMS. The successful bidder will be required to work alongside representatives from GMP and relevant 3rd parties, to implement and configure the system to the requirements of GMP, including the provision of appropriate resources to support this.
two.1.5) Estimated total value
Value excluding VAT: £24,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 48170000 - Compliance software package
- 48610000 - Database systems
- 48780000 - System, storage and content management software package
- 72300000 - Data services
- 72313000 - Data capture services
- 72317000 - Data storage services
- 72318000 - Data transmission services
- 72322000 - Data management services
- 79996100 - Records management
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Manchester, M11 2NS
two.2.4) Description of the procurement
A Police RMS is defined as an industry-specific system which is accessible forcewide. It should provide for the storage, searching, retrieval, retention, management, archiving, and viewing of information, records, documents or files pertaining to law enforcement operations, whilst giving due consideration to information governance and security requirements.
At a high level, the system must:
• provide pre-configured functionality supporting the management of Crime, Case, Custody, Safeguarding and Intelligence.
• provide pre-configured search functionality against a POLE (Person, Object, Location, Event) database.
• provide pre-configured workflow functionality [currently operational for UK National Policing Systems] that meets the standards required by the Police and Criminal Evidence Act 1984.
• have interfaces that are currently operational for UK National Policing Systems and/or Services including the Police National Computer (PNC), the Police National Database (PND), the Crown Prosecution Service (CPS) and HM Courts & Tribunals Service (HMCTS).
The Invitation to Participate (ITP) contains full details of the Requirements for the Contract, the Competitive Dialogue process to be followed, and the assessment and elimination criteria for the procurement.
In order to receive the ITP and other Tender Documents, interested parties must complete and return a Non-Disclosure Agreement as part of their Expression of Interest. This should be returned as soon as possible, to ensure that Bidders have sufficient time to read, understand and complete their ITP submission prior to the deadline for Bids.
This procurement will be conducted in accordance with the Competitive Dialogue Procedure, as defined by Regulation 30 of the Public Contracts Regulations 2015 (as amended).
It is expected that this Competitive Dialogue will include 2 stages of assessment – the Invitation to Participate and the Invitation to Tender (Final Bid) - and a separate Invitation to Dialogue (“ITD”) stage which will not form part of the assessment.
However, the Authority reserves the right to use fewer or more stages of assessment, and to reduce the number of participants at each stage. This includes the option to dialogue in successive stages, to reduce the number of solutions to be discussed during the dialogue stage, by applying the award criteria set out in the ITP, in accordance with Regulation 30(12) of the Public Contracts Regulations 2015.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £24,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The initial term of the contract will be 5 years from the date of contract award, with the option to extend up to a further 5 years, as a single extension or in increments.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The scope of the contract will be flexible to the requirements of the force over the life of the contract, and to functional and innovative developments in the sector during that period. With that in mind, additional functionality may be purchased from the contracted supplier in line with the ‘modification of contract’ provisions of the Public Contracts Regulations (2015).
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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 000-022694
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 May 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 September 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The Greater Manchester Deputy Mayor for Policing & Crime
GMCA, Tootal Buildings, 56 Oxford Street
Manchester
M1 6EU
Country
United Kingdom