Section one: Contracting authority/entity
one.1) Name and addresses
Police Digital Service
33 Queen Street
LONDON
EC4R 1AP
Contact
David Edwards
Country
United Kingdom
NUTS 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
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
National Policing Proactive Investigation Recording and Management (NP2IRM)
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
This procurement is for a single supplier Framework Agreement (up to 6 years) providing a single, interoperable ICT solution for organisations within proactive investigations/operations. Capabilities will include, but not limited to, three main groupings:
- End-to-end case management. Supporting information management from initiation to resolution & disclosure.
- Decision logging. Robust & efficient logging of information feeds, significant events & decisions while reducing duplication.
- Decision support. Providing decision makers with up-to-date situational awareness across all levels of command, appropriate to the type & volatility of a proactive operation or investigation, to enable enhanced, high-tempo, data-driven decision-making with reduced cognitive burden.
Confirmation of requirements & options for this framework will be determined after pre-market engagement. The consultation is expected to inform PDS on supplier interest/capability in relation to delivery of NP2IRM.
Section six. Complementary information
six.6) Original notice reference
Notice number: 2022/S 000-011133
Section seven. Changes
seven.1.2) Text to be corrected in the original notice
Section number
II. 1.5)
Place of text to be modified
Estimated total value
Read
Text
Value including VAT: £15,000,000 to £35,000,000
Section number
II. 1.1)
Place of text to be modified
Title
Instead of
Text
National Policing Proactive Investigation Recording & Management (NP21RM) Solution
Read
Text
National Policing Proactive Information and Recording Management (NP2IRM)
Section number
II.2.4)
Place of text to be modified
Description of the procurement
Instead of
Text
The Police Digital Service intends to implement a Framework Agreement which allows police forces and other law enforcement agencies and public bodies to call off the services. The full scope of the services will be provided as part of the tender process but is subject to all interested Economic Operators (EO) signing a mandatory Non-Disclosure Agreement (NDA) and confirmation of appropriate vetting. It is envisaged the services, which could be let as lots (the exact nature of lots to be agreed following a market sounding exercise), may include, but not limited to, the following:
(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, network management);
(v) Data Centre services - (data centre provision and management, physical hosting of servers and communication equipment, hosting of business applications, data hosting and hosting of web-based systems, backup and disaster recovery); and
(vi) 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. 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:
- 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);
- Cybercrime policing for ROCUs and forces; 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’.
Read
Text
The Police Digital Service intends to implement a Framework Agreement 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);
(v) Data Centre services - (data centre provision and management, physical hosting of servers and communication equipment, hosting of business applications, data hosting and hosting of web-based systems, backup and disaster recovery); and
(vi) 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’.
Section number
II.2.5)
Place of text to be modified
Award criteria
Read
Text
Price is not the only award criterion, and all criteria are stated only in the procurement documents.
Section number
II.2.7)
Place of text to be modified
Duration of the contract, framework agreement or dynamic purchasing system
Read
Text
Duration in months: Up to 72 months.
This contract is subject to renewal: no.
Section number
II.2.10)
Place of text to be modified
Information about variants
Read
Text
Variants will be accepted: no.
Section number
II.2.13)
Place of text to be modified
Information about European Union funds
Read
Text
The procurement is related to a project and/or programme financed by European Union funds: no.
Section number
II.2.14)
Place of text to be modified
Additional information
Read
Text
This PIN is to signal an intention to commence market engagement with interested suppliers. To participate, please follow the guidance set out in Section VI.3 (Additional Information) below. The estimated date of contract publication is subject to change as a result of market engagement and further research.
Section number
IV.1.1)
Place of text to be modified
Type of procedure
Read
Text
Competitive Procedure with Negotiation.
Section number
IV.1.3)
Place of text to be modified
Information about a framework agreement or a dynamic purchasing system
Read
Text
The procurement involves the establishment of a Framework Agreement with a single operator. This Framework may be used by police forces, other law enforcement agencies, the Ministry of Defence, the Home Office and potentially other contracting authorities. The list of in-scope contracting authorities will be confirmed when the procurement commences.
Section number
IV.1.8)
Place of text to be modified
Information about the Government Procurement Agreement (GPA)
Instead of
Text
The procurement is covered by the Government Procurement Agreement: No
Read
Text
The procurement is covered by the Government Procurement Agreement: Yes
Section number
VI.3)
Place of text to be modified
Additional information
Instead of
Text
In addition to the previous information, services may be required on a national scale across several sites. EOs should be capable of implementation across multiple sites simultaneously. 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 and 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." EOs interested in this opportunity are invited to a briefing session to be held on Friday 20th May 2022, however attendance is subject to the following criteria:
Attendee Numbers – Maximum of Two (2) persons only per EO.
Vetting – All attendees to have either current NPPV3 or SC clearance, evidence of which must be provided by Monday 9th May 2022 the latest.
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 12th May 2022.
Attendance – Upon return of a signed NDA, venue details etc. will be forwarded to attendees. Please note that substitute attendees, without the required vetting clearance and a signed NDA, will be refused access to the briefing session.
Confirmation – ALL communication regarding this opportunity, attendance at the briefing session, the NDA and security vetting MUST be sent to Angie James at commercial@pds.police.uk
NB: NO OTHER FORM OF COMMUNICATION WILL BE ACCEPTED FOR THIS STAGE OF THE OPPORTUNITY.
Read
Text
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 2030 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 Friday 20th May 2022 (circa. midday to mid-afternoon), however VII.2) 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 Monday 9th May 2022.
Vetting – All attendees to have either current NPPV3 or SC clearance issued by the Warwickshire Police National Contractor Vetting Scheme (NCVS), evidence of which must be provided by Monday 9th May 2022 at the latest.
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 12th May 2022.
Attendance – Upon return of a signed NDA, venue details etc. 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.
Confirmation – ALL communication regarding this opportunity, attendance at the briefing session, the NDA and security vetting MUST be sent to David Edwards at commercial@pds.police.uk.
NB: NO OTHER FORM OF COMMUNICATION WILL BE ACCEPTED FOR THIS STAGE OF THE OPPORTUNITY.