Tender

Provision of a Digital Evidence Management System

  • Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

F02: Contract notice

Notice identifier: 2022/S 000-014972

Procurement identifier (OCID): ocds-h6vhtk-034122

Published 27 May 2022, 4:42pm



Section one: Contracting authority

one.1) Name and addresses

Cheshire Constabulary on behalf of the Police and Crime Commissioner for Cheshire

Headquarters, Clemonds Hey, Oakmere Road,

Winsford, Cheshire

CW7 2UA

Contact

Laura Edwards

Email

laura.edwards@cheshire.pnn.police.uk

Telephone

+44 1606363853

Country

United Kingdom

NUTS code

UKD6 - Cheshire

National registration number

N/A

Internet address(es)

Main address

http://www.cheshire.police.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/33132

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=46598&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=46598&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

Provision of a Digital Evidence Management System

Reference number

CPA/SPU/1683P

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Police and Crime Commissioner for Cheshire (the “PCC”) and the Chief Constable of Cheshire (CC) are working on a project to implement a reliable and robust Digital Evidence Management System (DEMS) to support the investigative process and best evidence to support prosecutions.

The DEMS should be capable of ingesting, processing, and delivering playable digital media from multiple sources.

It is important that PCC and CC are able to gather, review and action media quickly. The agreed service levels should be consistently maintained.

The new system should have a proven and established ability to integrate with third party policing systems and meet the Design Principles Digital Evidence Sharing Blueprint.

The DEMs will provide a direct digital secure interface with the Crown Prosecution Service (CPS) and other key recognised criminal justice practitioners for digital evidence sharing.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48100000 - Industry specific software package
  • 48170000 - Compliance software package
  • 48600000 - Database and operating software package
  • 48610000 - Database systems
  • 48611000 - Database software package
  • 48612000 - Database-management system
  • 48613000 - Electronic data management (EDM)
  • 48614000 - Data-acquisition system
  • 48900000 - Miscellaneous software package and computer systems
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKD6 - Cheshire
  • UK - United Kingdom
Main site or place of performance

Winsford. CW7 2UA

two.2.4) Description of the procurement

The Police and Crime Commissioner for Cheshire (the “PCC”) and the Chief Constable of Cheshire (CC) are working on a project to implement a reliable and robust Digital Evidence Management System (DEMS) to support the investigative process and best evidence to support prosecutions.

The new DEMS will provide capabilities and functionality currently unavailable to officers and investigators and represents an opportunity to modernise its end to end criminal justice process (from point of initial investigation through to positive justice outcome) and in doing so provide a range of business benefits.

The DEMS should be capable of ingesting, processing and delivering playable digital media from multiple sources. The system should allow for simultaneous working with multiple users logging in, searching, accessing, media playback, editing and exporting of evidence in a highly reliable, auditable and timely manner. This functionality is required if the media has been grouped under one case with multiple users being able to access the case and work with the media simultaneously.

It is important that PCC and CC are able to gather, review and action media quickly. The agreed service levels should be consistently maintained.

The new system should have a proven and established ability to integrate with third party policing systems e.g. Records Management System, Command and Control, Digital Video Interview Recording and meet the Design Principles Digital Evidence Sharing Blueprint.

The DEMs will provide a direct digital secure interface with the Crown Prosecution Service (CPS) and other key recognised criminal justice practitioners for digital evidence sharing, significantly reducing the volume of manual activities and discs produced. This will lead to a reduction of risk to the Force (data breaches) and efficiency savings (reduced time spent burning and transporting discs).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 55%

Quality criterion - Name: Demonstration / Weighting: 15%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £3,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 September 2022

End date

6 September 2027

This contract is subject to renewal

Yes

Description of renewals

Following the initial 5 year term the contract can be extended for two periods of three years and 2 years respectively.

two.2.10) Information about variants

Variants will be accepted: No

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As set out in the tender documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

As set out in the tender documents

Minimum level(s) of standards possibly required

As set out in the tender documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

As set out in the tender documents

Minimum level(s) of standards possibly required

As set out in the tender documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

1 July 2022

Local time

12:00pm

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)

four.2.7) Conditions for opening of tenders

Date

1 July 2022

Local time

12:00pm


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

High Court

Manchester

Country

United Kingdom