Tender

Police Records Management System (RMS)

  • Greater Manchester Combined Authority - Greater Manchester Police

F02: Contract notice

Notice identifier: 2023/S 000-010815

Procurement identifier (OCID): ocds-h6vhtk-035f2c

Published 14 April 2023, 2:24pm



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

Email

Ali.Cordrey@gmp.police.uk

Telephone

+44 1618561333

Country

United Kingdom

Region code

UKD3 - Greater Manchester

National registration number

GB 183 0464 15

Internet address(es)

Main address

www.gmp.police.uk

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